Skip to main content

An official website of the United States government

You have 2 new alerts

Lead & Asbestos Abatement

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 29, 2025 01:40 pm EST
  • Original Date Offers Due: Feb 07, 2025 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Curtis Bay , MD 21226
    USA

Description

This is a combined synopsis/solicitation for commercial items, 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 only solicitation; quotes are being requested and a separate written solicitation will not be issued.

Solicitation number 2125405Y6174M74002 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, dated 22 May 2024. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First.

Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Best Value basis per the solicitation.  Past performance will only be reviewed for “responsibility” basis per FAR 9.1.  The evaluation criteria for the quote’s will be who meets all the technical requirements, who meets our deadlines and price.

All quotes shall be emailed to Shannon Carter via Shannon.R.Carter@uscg.mil and shall be received no later than 02/07/25 at 5:00 PM (Eastern). All emailed quotes shall have 2125405Y6174M74002 in the subject of the email.

If a Site Visit is required in order to bid, please email LTJG Alaric Gricius via Alaric.A.Gricius@uscg.mil in order to schedule.

Vendor Information:

Entity Name

Entity Unique Entity ID

Entity Address

Entity POC

Entity Phone Number

POC Email Address

Vendor shall provide

Line 1:  LEAD AND ASBESTOS ABATEMENT SERVICES

DESCRIPTION: Lead and Asbestos Abatement IAW Attached Statement of Work

Unit of Issue: 1 JB

Line Total:

Estimated Performance Date: 02/10/25; Work must be completed within 15 calendar days

Line 2:  OPTION FOR EXTRA LEAD AND ASBESTOS ABATEMENT SERVICES

DESCRIPTION: Option to Add Extra Spaces to be Abated IAW Attached Statement of Work

Unit of Issue: 1 JB

Line Total:

Estimated Performance Date: 02/25/25

*All Work must be completed in accordance with the attached Statement of Work for the order.

*Access to some drawings may be Export-Controlled and require any recipient to be registered in the Joint Certification Program (JCP) through DLA to receive the drawing. *

*Services are Required to be complete by 02/25/25*

Place of Performance:

              U.S. COAST GUARD YARD

               ATTN: LTJG ALARIC GRICIUS

               2401 HAWKINS POINT ROAD

               BALTIMORE, MD 21226

Invoicing In IPP

It is a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

All invoices must contain the following information:

CG Purchase Order number, vendor’s invoice number, cage number, PO item number, description of supplies or services, unit prices and extended totals (INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP).

To submit an invoice, vendor must have access to www.ipp.gov. To gain access please indicate if you don’t have an account So the issuing office can establish one for you.

FAR Clauses

This order is subject to but is not limited to the following Federal Acquisition Regulations:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-26 Covered Telecommunications Equipment or Services-Representation.

52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.

52.217-8 Option to Extend Services.

As prescribed in 17.208(f), insert a clause substantially the same as the following:

Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. 

(End of clause)

Contact Information

Contracting Office Address

  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 22, 2025 11:55 pm ESTCombined Synopsis/Solicitation (Original)