SOLICITATION NOTICE
W -- USCGC STRATTON & USCGC MUNRO Crane Services
- Notice Date
- 2/25/2025 7:35:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
- ZIP Code
- 25430
- Solicitation Number
- 52800PR250008301
- Response Due
- 2/27/2025 10:00:00 AM
- Archive Date
- 03/14/2025
- Point of Contact
- Brianna Riffle, Phone: 7034175595, Mark Rushing, Phone: 7034175596
- E-Mail Address
-
Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil
(Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil)
- Description
- Request for Quote RFQ # 52800PR250008301 Contracting Office: USCG, CG 914-2, Kearneysville, WV Responses Due: Thursday, 27 February 2025 at 1 pm ET (10 am PT) No Set-Aside Restriction This is a combined synopsis solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued. The solicitation number is 52800PR250008301 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for the crane services supporting installation and removal of equipment as described in the Statement of Work (SOW), comprised of one day of crane service adjacent to and onboard USCGC Stratton & one day of crane service adjacent to and onboard USCGC Munro located at USCG Base Alameda, CA. Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far. The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 238990 - All Other Specialty Trade Contractors. The size standard for this NAICS is $19M. Product Service Code is: W036 Lease or Rental of Equipment�Special Industry Machinery. The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to provide crane services as required to lift equipment from the pier to each ship, the USCGC STRATTON & USCGC MUNRO, and lift equipment from each ship to the pier. Multiple lifts will be required to complete each ship�s objectives; Ship�s crew will provide a representative to provide direction for various lift evolutions. All lifts for core objective will occur within the same vicinity of pier laydown space and each ship�s ingress/egress location. Line item 0001: QTY � 1, UNIT � JB, DESCRIPTION � Task A, USCGC STRATTON Crane Servies located at USCG Base Alameda, CA. Please see the SOW attached for more details. Line item 0002: QTY � 1, UNIT � JB, DESCRIPTION � Task B, USCGC MUNRO Crane Services located at USCG Base Alameda, CA. Please see the SOW attached for more details. Period of Performance: The period of performance is based on task: Task A, USCGC STRATTON is one day during the week of 3 March 2025 � 7 March 2025; Task B, USCGC MUNRO is one day during the week of 10 March 2025 � 14 March 2025. Place of Performance: USCG Base Alameda Pier, Alameda, CA 94501 There is no set-aside restriction. The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. Along with Price, please submit the equipment to be used so the Government can ensure it meets the requirements listed in Sections 3 and Sections 5 of the Statement of Work. The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it will be removed from the evaluation process and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the salient requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop. TRAVEL and Other Costs: This is anticipated to be a firm fixed price task order. All costs associated with this task order should be structured according to the anticipated contract type. Any travel costs need to be included in the FFP quote in response to this solicitation. Travel will not be a reimbursable Line Item. The Government is not responsible for any costs related to quote submissions or any other associated costs. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. A SITE VISIT WILL NOT BE OFFERED FOR THIS REQUIREMENT. A SITE VISIT IS NOT REQUIRED TO SUBMIT A QUOTATION. Question and Answer Deadline: Wednesday, 26 February 2025 at 3:30 pm ET (12:30 pm PT) � All questions need to be submitted on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Mark Rushing, Mark.A.Rushing@uscg.mil. Solicitation Response Deadline: Thursday, 27 February 2025 at 1 pm ET (10 am PT) � Response to this solicitation are due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Mark Rushing, Mark.A.Rushing@uscg.mil. This solicitation is inclusive of the following attachments: Attachment 1 � Statement of Work Attachment 2 � Open Market Solicitation Provisions & Clauses Attachment 3 � Wage Determinations for #2015-5623 Attachment 4 � Electronic Submission of Payment Requests USCG Points of Contact: Contracting Officer: Mark Rushing, Mark.A.Rushing@uscg.mil Contract Specialist: Brianna Riffle, Brianna.Riffle@uscg.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6fddf5f2c4e40a3b26be69c8e4b53c6/view)
- Place of Performance
- Address: Alameda, CA 94501, USA
- Zip Code: 94501
- Country: USA
- Zip Code: 94501
- Record
- SN07352674-F 20250227/250225230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |