Skip to main content

An official website of the United States government

You have 2 new alerts

RACK REPAIR AND INSTALLATION FOR USCG YARD

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: Mar 15, 2022 02:11 pm EDT
  • Original Date Offers Due: Mar 31, 2022 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N049 - INSTALLATION OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • 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 70Z04022Q60278Y00 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 2005-87, effective, 7 March 2016.
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.

Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Price Technically Acceptable basis per the solicitation.  Past performance will only be reviewed for “responsibility” basis per FAR 9.1.  There are no adjectival ratings nor will award be based on a best value tradeoff basis. The vendor’s quote that is the lowest priced and meets all the technical requirements of the solicitation will be awarded the contract.


All quotes shall be emailed to SK3 ESTEFAN MENGOLI via ESTEFAN.A.MENGOLI@USCG.MIL and shall be received no later than 03/31/22 by 0800hrs (Eastern). All emailed quotes shall have 70Z04022Q60278Y00 in the subject of the email.

The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:

SCOPE OF WORK

1.   GENERAL REQUIREMENTS: The work consists of fabrication of (28) upright frames, reconfiguration of an existing rack structure and installation of aforementioned materials at the Inventory Control Point (ICP) located at USCG YARD, 2401 Hawkins Point RD, Baltimore, MD. Contractor will need to provide all equipment to transport, install, and remove damaged or excess material accumulated due to rack reconfiguration.

2.   COMMENCEMENT AND COMPLETION OF WORK: The period of performance will commence 04/01/2025 and the reconfiguration shall be completed during a 3-day period, during normal workdays, within same 30-day period. The Contractor can schedule delivery and work performance period up by contacting Lars Braun @ 1-410-762-6145 or LT Nathan Quellhorst @ 1-410-762-6385.

3.  SCOPE OF WORK:

  1. Requirements. The government requires procurement of (28) new 20’ x 42” Teardrop Upright 3” x 3” 23k pounds capacity; for installation and reconfiguration of existing rack structure. Each rack designated by the ICP for reconfiguration shall support (3) shelf beams per rack with a weight bearing load capacity per beam of 5,000 pounds with load limit signs posted and clearly visible. Horizontal spacing between existing rack structures and vertical spacing of current beam shelf placement shall remain intact unless previously approved by the Contracting Officer. The Contractor is to setup materials and equipment necessary for the rack reconfiguration in loading bay directly infront of building 20. Materials and equipment shall only be moved through bay door. The Contractor shall dispose of, as scrap, all items or materials removed during the completion of the project that are not designated to be reinstalled, retained and/or shipped by the Contractor. All item/material disposals are in accordance with applicable Federal, state, and local regulations.

  1. Contractor Furnished Material and Property.  The Contractor shall furnish all materials, equipment, and labor necessary to fulfill the requirements of this contract. The Contractor shall also provide documentation showing compliance with OSHA safety requirements. The Contractor shall submit to the Contracting Offer within five (5) business days prior to the commencement of work, a written accident prevention plan (health and safety plan) per 29 CFR 1926 Subpart C.  The safety plan shall be generic and shall contain a minimum of the following major elements:

  1. Management commitment and assignment of responsibilities
  2. Safety communications
  3. Hazard assessment and control
  4. Accident/exposure investigation
  5. Safety planning, rules & work procedures
  6. Safety and health training and instruction
  7. Record keeping and documentation

C.    Contract Performance.  If at any point during the work performance period the Contractor expects to have performance issues, the Contractor shall provide immediate notice to the Contracting Officer. Access to the Yard and ICP during the work performance period shall be coordinated through Lars Braun @ 1-410-762-6145 or LT Nathan Quellhorst @ 1-410-762-6385.

4.  ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract.

5.  WORKMANSHIP:  All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades.  The work shall be supervised by experienced personnel and shall be satisfactory to the U.S. Coast Guard Contracting Officer.

6. UPON COMPLETION OF WORK:  Contact Lars Braun @ 1-410-762-6145 or LT Nathan Quellhorst @ 1-410-762-6385.

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

  • Apr 15, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)