Oregon Bids > Bid Detail

70Z08523R45000001- USCGC Bluebell (WLI 313) Dockside Repairs

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159195645459895
Posted Date: Dec 20, 2022
Due Date: Jan 2, 2023
Solicitation No: 70Z08523R45000001
Source: https://sam.gov/opp/f6b4394a11...
Follow
70Z08523R45000001- USCGC Bluebell (WLI 313) Dockside Repairs
Active
Contract Opportunity
Notice ID
70Z08523R45000001
Related Notice
70Z08523SSNBLUEBELLDS
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Dec 20, 2022 08:00 am PST
  • Original Published Date: Dec 01, 2022 02:42 pm PST
  • Updated Date Offers Due: Jan 02, 2023 01:00 pm PST
  • Original Date Offers Due: Jan 02, 2023 01:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 17, 2023
  • Original Inactive Date: Jan 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Portland , OR
    USA
Description

This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dockside repairs to the U.S. Coast Guard Cutter (USCGC) BLUEBELL (WLI 313), a 100' Inland Tender currently homeported in Portland, OR, in accordance with ATTCH-01,Specification for Dockside Repairs. Work list will include, but not limited to: buoy crane, inspect and service; sewage piping, clean and flush; cross deck winch, inspect and service; interior decks, renew; compressed air receiver, overhaul; main diesel engine exhaust piping, renew. All work is to be performed at cutters homeport if permissible. The required performance period is 21FEB2023 – 28MAR2023.




  1. Award from this solicitation will be made to the responsible offeror whose proposal conforms to all of the submission requirements outlined in the instructions to offerors and is determined to provide the best value to the Government, which will evaluate the price and non‐cost factors. Technical and past performance factors when combined, are equal in importance as price. Under Best Value, the Government may accept other than the lowest priced proposal if the perceived benefit warrants the additional price. Per FAR Part 2, Best value is defined as “the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement.”

    • It is the offeror’s responsibility to ensure all electronic media are readable and received by the Government. All offers shall be valid for 90 days from the solicitation due date. All offerors shall provide a written statement that offers are valid for 90 days from the solicitation due date.

    • All offerros shall provide a written statement that all repair work done in accordance with the terms, conditions, and attachments to this solicitation are under a minimum of a 60 day warranty. Faiilure to provide a warranty statement may result in the proposal not being considered for award.

    • All offerors shall fully comply with terms and conditions of the RFP and address all solicitation requirements to be eligible for award. The solicitation document must be completed in its entirety in order to be compliant with the full solicitation. Offerors that take exception to any term or condition of this RFP, propose any additional term or condition, or omit any required information may not be considered for award.



  2. All drawing and information requests associated with this solicitation must be submitted electronically to Erin.A.Olenjack@uscg.mil. Please provide proof of registration in the Joint Certification Program (JCP) with request to ensure timely distribution of requested documents and information.

  3. Completing the RFP: Please ensure the following information/sections are completed in their entirety:

    • Page 1 blocks 17a, 26 (TOTAL OFFER AMOUNT), 30a, 30b and 30c.

    • Complete all clauses requiring vendor certifications or information

    • CLIN prices shall be in U.S. Dollars (inclusive of all costs, applicable taxes, and all relevant charges)

    • Written statement of proposal’s validity for 90 days

    • Written statement of 60 day warranty

    • Please read the RFP and all attachments in their entirety.



  4. Questions regarding any aspect of this procurement shall be submitted in writing per ATTCH-04 via email only, and addressed to Erin.A.Olenjack@USCG.Mil and Patrick.D.Brown@uscg.mil no later than 1000 PST on December 16, 2022. Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08523R45000001 QUESTIONS in the subject line. All questions and responses will be posted via email and on Sam.Gov for all potential offerors to review. Any revision to the RFP as a result of questions and answers will be issued as an amendment to the solicitation. Questions received after this deadline may not be considered.

  5. Responses to this solicitation shall be submitted in writing via email only, and addressed to Erin.A.Olenjack@USCG.Mil and Patrick.D.Brown@uscg.mil no later than 1300 PST on January 2. 2023 Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08523R45000001 in the subject line. Proposals received after the deadline may not be considered.



ANTICIPATED AWARD DATE: The anticipated date of award is on or about January 21, 2023.






Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >