Federal Bid

Last Updated on 26 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Oakland California

USCGC BERTHOLF DS MPDE FQ4 FY19

Solicitation ID 70Z08519RP45C3001
Posted Date 10 Jul 2019 at 10 PM
Archive Date 26 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Oakland California United states

This is a combined synopsis/solicitation for commercial items

prepared using procedures set forth in FAR Parts 12.6,

Streamlined Procedures for Evaluation and Solicitation for

Commercial, with elements of Part 13.5 (Simplified

Procedures for Certain Commercial Items), as supplemented

with additional information included in the notice. Solicitation

number is 70Z08519RP45C3001 is issued as a Request for

Proposals (RFP).

 

This announcement constitutes the only solicitation; proposals

are being requested and a separate written solicitation will not

be issued. This RFP incorporates provisions and clauses in

effect through Federal Acquisition Circular 2019-02 effective

05 JUN 2019. The NAICS Code is 336611 with a size

standard of 1,250 employees. The U.S. Coast Guard has a

requirement on a Sole Source basis for the purchase of

services and materials required to perform preventative

maintenance and diesel engine inspection on the MTU Main

Propulsion Diesel Engines (MPDE). The contract will be

awarded on a firm, fixed-price basis, on an SF-1449. Only

one award will be made to the responsive, responsible offeror

under this solicitation. To receive an award, the Contractor

must be registered in the System for Award Management

(SAM) www.sam.gov.

 

This requirement is for dockside repairs aboard USCGC

BERTHOLF (WMSL 750) consisting of items in accordance

with the attached specification (ATTACHMENT 1). Scope of

work shall include ship repair and associated support work,

and may include work that is not currently listed. A complete

list of contract line item numbers and items, quantities and

units of measure, including options, is included as

ATTACHMENT 2. The Contractor shall furnish all the

necessary labor, material services, equipment, supplies,

power, accessories, facilities and such other things as are

necessary, except as otherwise specified, to perform

maintenance and repairs in accordance with the solicitation,

and attached specifications. Failure to read the specifications

in their entirety will not relieve the offeror from the

responsibility for properly estimating the difficulty or price of

successfully performing the work. Failure to do so will be at

the offeror's risk. All proposals submitted in response to this

solicitation shall stand firm for 90 calendar days from the

close date of this solicitation.

NOTE: The Government will not pay for costs incurred in the

preparation and submission of proposals or other costs

 

incurred in response to this announcement.

The anticipated period of performance will be from 05 August

2019 through 30 September 2019. The period of performance

may change upon award of the contract. Funds are currently

available. This is a mature requirement with significant

historical data. A full list of provisions and clauses which

apply to this acquisition are found in ATTACHMENT 3.

QUESTIONS AND REQUEST FOR DRAWINGS: Drawings

will be made available upon request within 24 hours by

emailing the Contract Specialist, Catherine Chan, at

[email protected], or Anthony Reyes, at

[email protected] or Lee Thomas, at

[email protected]. It shall be the obligation of the

Offeror to exercise due diligence to discover and to bring to

the attention of the Government any ambiguities,

inconsistencies, or concerns regarding the information in this

solicitation. Requests for clarifications are due no later than

11 July 2019 at 12:00 p.m. Pacific Standard Time. See

ATTACHMENT 4, Request for Clarification. After this date

and time, further requests may not be accepted or answered

due to time constraints. Submission of questions and any

resulting answers from the Government will not require the

Contracting Officer to extend the solicitation closing date.

Questions/concerns will be compiled and addressed on a

Standard Form 30, Amendment of Solicitation, and will be

posted via http://www.fbo.gov for viewing by all potential

Offerors.

Access to Export Controlled Drawings: Some references

listed in this solicitation Specification, under "Consolidated

List of References" are subject to export control limitations,

otherwise restricted distribution, have been deemed "limited

access," and "export controlled" documents. In order to

access these documents, vendors must be certified as a US or

Canadian contractor in the Joint Certification Program (JCP),

administered by the Defense Logistic Information Service

(DLIS). Instructions and procedures for being certified by

JCP can be found at

https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

Only those Contractors that have current certification by JCP

will be granted explicit access to these packages by the United

States Coast Guard. When requesting drawings, Contractors

must include your JCP Certification Number.

All prospective offerors are urged to visit a cutter within the

WMSL cutter class and visually inspect each item of work

and to become acquainted with locations of items and

fixtures, removals, replacements, interference and the nature

of work. USCGC BERTHOLF will not be available for ship

check during the solicitation period. Offerors are advised to

contact Catherine Chan via email [email protected]

by July 11, 2019 to make arrangements to ship check an

alternate WMSL cutter.

INFORMATION REQUIRED WITH PROPOSAL

SUBMISSION:

1. Offeror's address, DUNS number

2. ATTACHMENT 2, Schedule of Supplies/Services. Please

complete Items D-01 through D-03 of this attachment. Base

Contract Line Item Numbers (CLINS) are marked as "D" for

Definite "O" for Optional. Insert unit prices in all CLINS

listed in the schedule.

3. Welding Certifications and Procedure

4. Proof of Insurance (statement of coverage from current

insurance carrier)

5. Any issued amendments to the solicitation.

6. A completed copy of the provision at FAR 52.212-3,

Offeror Representation and Certifications - Commercial Items

OR provide notice of registration at www.sam.gov.

PROPOSAL DUE DATE:

Proposals must arrive no later than 4:00 p.m., Pacific Time,

on 11 July 2019. Proposals received after this date and time,

will not be considered. Mailed and emailed proposals will be

accepted. Faxed proposals will not be accepted. Proposals

submitted via e-mail must be sent to

[email protected], or [email protected].

All submissions shall include the solicitation number in the

subject line of the email. Emailed proposals must not be

greater than 10MB per email. Offerors who elect to use

commercial delivery services for delivery of their proposals

are advised that such delivery must be made directly to Suite

800N on the 8th Floor North of the Oakland Federal Building

located at 1301 Clay Street, Suite 800N, Oakland, CA 94612.

Delivery of the proposal to any other location within the

Federal building will not be sufficient or acceptable.

 

PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE

ALL REQUIRED DOCUMENTS MAY BE CONSIDERED

NON-RESPONSIVE AND MAY NOT BE CONSIDERED

DURING THE EVALUATION PROCESS. ALL

CONTRACTORS ARE RESPONSIBLE FOR VERIFYING

THE RECEIPT OF THEIR PROPOSALS.

ANTICIPATED AWARD DATE: The contract is expected to

be awarded on or about July 17, 2019.

ATTACHMENTS TO THIS NOTICE:

ATTACHMENT 1 - Specification - Rev. 1

ATTACHMENT 2 - Schedule of Supplies/Services

ATTACHMENT 3 - Continuation of Combined

Synopsis/Solicitation Clauses

ATTACHMENT 4 - Request for Clarification Form

ATTACHMENT 5 - Government Property Report

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Jul 2019 at 12 AM
Alameda California 14 Jun 2019 at 11 PM
Location Unknown 26 Mar 2019 at 9 PM
Alameda California 26 Feb 2019 at 9 PM
Alameda California 03 Apr 2025 at 7 PM

Similar Opportunities

Mechanicsburg Pennsylvania 11 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 21 Jul 2025 at 4 AM
North charleston South carolina 25 Jul 2025 at 6 PM
Honolulu Hawaii 25 Jul 2025 at 10 PM
Miami beach Florida 14 Jul 2025 at 3 PM