The RFP Database
New business relationships start here

SANDBLASTING TANKS


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for a service contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
(ii) Solicitation number 2120400Y6179M04001 applies, and is issued as a Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JUL 2019).
(iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 562119 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.

Sandblasting and Painting of tanks needed for CGC Sycamore.


ITEM 0001 -
SANDBLAST AND APPLY COATINGS SAWAGE HOLDING TANK 4-81-2-W
Blast Tank and Apply Coatings IAW SOW.
Quantity: 1 JB. Performance start date: 10/22/19
TOTAL COST: tiny_mce_marker_______________


ITEM 0002 -
SANDBLAST AND APPLY COATINGS GREY WATER TANK 4-82-2-W
Blast Tank and Apply Coatings IAW SOW.
Quantity: 1 JB. Performance start date: 10/22/19
TOTAL COST: tiny_mce_marker_______________


ITEM 0003 -
BLAST AND APPLY COATINGS TO HAWSE PIPES
Blast and apply coatings to hawse pipes iaw sow.
Quantity: 1 JB. Performance start date: 10/22/19
TOTAL COST: tiny_mce_marker_______________



(v) Place of Performance is: USCG YARD, CGC SYCAMORE, 2401 Hawkins Point Road, Baltimore, MD 21226.
(vi) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number.
f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
(vii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply.
(viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.
(ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
(x) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated:
a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note).
b. 52.204-99, System for Award Management Registration (Oct 2016) (DEVIATION)
c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
d. 52.219-28, Post Award Small Business Program Rerepresentation (JUL
2013) (15 U.S.C. 632 (a)(2).
e. 52.222-3 Convict labor (June 2003) (E.O. 11755)
f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)
g. 52.222-26 Equal Opportunity (September 2016)(E.O. 11246)
h. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
i. 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
k. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).
m. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
n. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
o. 52.233-3 Protest after award (Aug. 1996.)
p. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
(xi) Defense Priorities and Allocations System (DPAS): N/A
(xii) QUOTES ARE DUE BY 3:00 PM EST on MONDAY, 21 OCTOBER 2019. Quotes may be faxed (410) 762-6008 or preferred method email to Brandie.r.dunnigan@uscg.mil
(xiii) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.


Brandie R Dunnigan, Purchasing Agent, Phone 410/762-6446, Fax 410/762-6008, Email brandie.r.dunnigan@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP