Federal Bid

Last Updated on 01 Apr 2021 at 6 PM
Combined Synopsis/Solicitation
Key west Florida

USCG Tarp/Awning Removal & Replacement

Solicitation ID 21212817S1F42
Posted Date 01 Apr 2021 at 6 PM
Archive Date 23 Apr 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Base Miami(00028)
Agency Department Of Homeland Security
Location Key west Florida United states 33040

This is a combined synopsis/solicitation for Removal and installation

of Tarps/Awning onboard Multiple U.S. Coast Guard Cutter FRC’s. This

Synopsis/solicitation is being advertised as a Small Business Set Aside

Only. This announcement constitutes the only solicitation; no separate

Written solicitation will be issued.

This requirement is for a Firm Fixed Price contract. The contract will be

Awarded using simplified acquisition procedures in accordance with FAR

Part 13 and FAR part 15.

The Government will award a contract resulting from this solicitation to

the responsible offeror whose offer conforming to the solicitation will be

most advantageous to the Government, Best Value.

When submitting your proposals, we request a price breakdown of the

Following:

1. Cost of labor and supervision for installation of Awnings

and Tarps and the removal of old Awnings and Tarps.

 

2. Cost of materials and equipment required per SOW.

Contract will be awarded to the vendor who can provide similar

Equipment required within the SOW and installation of equipment

Within the timeframe needed by units outlined in the SOW. Cost and Past Performance

Factors will also be considered when selecting the award.

The following is a list of the U.S. Coast Guard vessels that the work is to be performed on and their availability for installation, and Points of Contacts for all technical questions concerning installation and availability.

USCGC CHARLES DAVID JR.

100 Trumbo Pt. Rd.

Key West, FL, 33040

(305) 292-8810

Expected installation dates are during the vessels in port availability, 19 Apr – 30 Apr 2021.

POCs: BM1 James Pinto or LTJG Jonathan Lesieur.

Work Location: USCG Sector Key West, 100 Trumbo Pt. Road, Key West, FL 33040.

 

USCGC ISAAC MAYO

100 Trumbo Pt. Rd.

Key West, FL, 33040

(305) 292-8782

Expected installation dates are during the vessel’s inport availability, 27 Apr – 7 May or 24 May – 4 Jun 2021.

POCs: BM1 Rachel Picone or LTJG Peter Fager.

Work Location: USCG Sector Key West, 100 Trumbo Pt. Road, Key West, FL 33040.

USCGC KATHLEEN MOORE.

100 Trumbo Pt. Rd.

Key West, FL, 33040

(305) 292-8827

 

Expected installation dates are during the vessel’s inport availability, 19 Apr – 30 Apr 2021.

POCs: MK1 Cody Harrison or LTJG Christopher Clark.

Work Location: USCG Shipyard, 2401 Hawkins Point Road, Baltimore, Maryland, 21226

 

 

 

USCGC RAYMOND EVANS

100 Trumbo Pt. Rd.

Key West, FL, 33040

(305) 292-8815

Expected installation dates are during the vessel’s inport availability, May – Jun 2021.

POCs: BM1 Zachary Pfeffer or LTJG Frederick Scott.

Work Location: USCG Sector Key West, 100 Trumbo Pt. Road, Key West, FL 33040

USCGC WILLIAM TRUMP

100 Trumbo Pt. Rd.

Key West, FL, 33040

(305) 292-8760

Expected installation dates are during the vessel’s inport availability, 12 Apr – 3 May 2021.

POCs: BM1 Andrew Walz & LTJG Phong Vu.

Work Location: USCG Sector Key West, 100 Trumbo Pt. Road, Key West, FL 33040.

Please Note: USCGC KATHLEEN MOORE will be located in Baltimore MD during this inport availability.

Quotes are to be received no later than close of business (12:00 PM)

on 08 APR 2020.

 

Faxed quotations will NOT be accepted. Quotes are to be emailed to

The Contracting Officer Mr. Ulric Waldron at this email address. [email protected] or

 

OR

 

Quotations can be sent via the US Postal Service or hand delivered

should be sent to:

 

Commanding Officer

USCG Base Miami Beach (P&C)

Attn: Ulric Waldron

909 SE 1st Ave, Room 512

Miami, FL 33131

 

Telephone requests of quotes, will NOT be accepted, a formal

notice of changes (if applicable) will be issued in Beta-SAM

.

52.212-1 -- Instructions to Offerors -- Commercial Items.

(DEVIATION 2018-O0018) Instructions to Offerors -- Commercial

Items (June 2020)

 

52.212-3 Offeror Representations and Certifications -- Commercial

Items (June 2020)

 

52.212-4 Contract Terms and Conditions—Commercial Items (Oct

2018)

 

52.212-5 Contract Terms and Conditions Required to Implement

Statutes or Executive Orders -- Commercial Items (June 2020)

 

52.222-41 Service Contract Labor Standards (Aug 2018)

Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No

weekends or Holidays.

 

 

 

See attached FAR provisions/clauses which apply to this

solicitation. Offeror’s may obtain full text version of these clauses

electronically at: www.arnet.gov/far

 

Copies of HSAR clauses may be obtained electronically at

http://www.dhs.gov.

 

Vendors providing an offer must be registered in SAM (System for

Award Management) prior to the close of this solicitation.

https://www.sam.gov/portal/public/SAM/.

 

The vendors SAM registration must be in an “ACTIVE” status prior

to submission of quote.

 

Vendors must ensure that the above listed NAICS code(s) are listed

on their SAM registration to perform this type of service.

 

Request Company’s tax ID information and Duns number.

 

The following Homeland Security Acquisition Regulations (HSAR)

are incorporated as addenda to this solicitation: HSAR 3052.209-70

Prohibition on Contracts with Corporate Expatriates (Jun 2006);

 

Contracting Officers Technical Representative (Dec 2003) (COTR)

HSAR 3052.237-72. Copies of HSAR clauses may be obtained

electronically at http://www.dhs.gov.

Bid Protests Not Available

Similar Past Bids

Key west Florida 13 Aug 2020 at 2 PM
Location Unknown 10 Sep 2008 at 12 AM
Oklahoma 23 Sep 2020 at 4 AM
Oklahoma 23 Sep 2020 at 4 AM
Thomas West virginia 11 Sep 2008 at 7 PM

Similar Opportunities