USCGC ANTHONY PETIT (WLM-558) DD FY24
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Mar 04, 2024 10:28 am PST
- Original Published Date: Feb 14, 2024 10:32 am PST
- Updated Date Offers Due: Mar 06, 2024 08:00 am PST
- Original Date Offers Due: Mar 06, 2024 08:00 am PST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 21, 2024
- Original Inactive Date: Mar 21, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: USA
Description
This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform dry-dock repairs to the U.S. Coast Guard Cutter (CGC) ANTHONY PETIT (WLM 558) is a 175’ Keeper class cutter (buoy tender) currently home-ported in Ketchikan, AK. A Dry Dock Availability on the USCGC ANTHONY PETIT (WLM 558) is required to conduct recurring and emergent maintenance onboard the cutter.
REQUIRED OPERATIONAL CAPABILITIES AND PROJECTED OPERATIONAL ENVIRONMENT FOR THE 175-FOOT COASTAL BUOY TENDER -KEEPER CLASS:
Due to the required operational capabilities and projected operational environment for the 175-foot coastal buoy tender-keeper class, per reference (a), there are potential safety concerns associated with commercial facilities locatedoutside of the inside passages of Southeast, AK, and the protected waters of the Pacific Northwest. During the scheduled period of industrial performance, the Gulf of Alaska exceeds sea state four (4) 52% of the time, per reference (b), thereby providing limited safe windows for the CGC ANTHONY PETIT to safely complete the 3-day transit across the Gulf of Alaska. Encountering sea states beyond the design limitations of the vessel could have a disastrous impact on the seaworthiness of the vessel placing the cutter crew’s safety at risk. To safely cross the Gulf of Alaska, CGC ANTHONY PETIT would be required to wait for an acceptable forecasted sea state, which would jeopardize theCGC ANTHONY PETIT’s ability to meet the operational schedule.
(a) Coast Guard Projected Operational Environment for the WLM 175’ Keeper Class Coastal Buoy Tender, OPNAVINST F3501.364 / COMDTINST M3501.61
(b) Climatic Atlas, Volume 1, NAVAIR 50-1C-552
1. This requirement will be competed as 100% Total Full and Open competition. Award from this solicitation will be made to the
responsible offeror whose proposal conforms to all 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 more importance than 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.
All offerors 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. Failure 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. Completing the RFP: Please ensure the following information/sections are completed in their entirety:
a. Page 1 blocks 17a, 26 (TOTAL OFFER AMOUNT), 30a, 30b and 30c.
b. Complete all clauses requiring vendor certifications or information.
c. CLIN prices shall be in U.S. Dollars (inclusive of all costs, applicable taxes, and all relevant charges)
d. Provide required certifications and documents, per paragraph 3 (below)
e. Written statement of 60-day warranty
Please read the RFP and all attachments in their entirety.
3. Technical Requirements As stated in the Work Specification Document, a technically compliant vendor must submit:
a. List of Subcontractors, work items involved, and work site addresses
b. Welders Qualifications, including welder's name, type of qualifications, and date of last qualification test
c. Written description of Property Control System for GFP
d. List of NFPA certified Chemists
e. Designation of Competent Person
f. List of Qualified Sil-brazers
4. Past performance. All offerors must provide two (2) instances of relevant past performance performed within the last three
(3) years. This information shall include, but is not limited to:
i. Contract Number, Date of Contract Award, and Period of Performance
ii. Contact Information for Customer
iii. Contract Description
iv. Relevant Information
5. To be considered complete, an offer must adhere to the proposal requirements as well as paragraphs 2 and 3, above. A
complete proposal shall include a detailed description of the vendor's understanding and plan for compliance with the
Specification for drydock repairs.
6. The Contracting Officer plans to make an award without discussions. Therefore, the offer should be complete as submitted, include the offerors best price, and shall not include references to data or information previously submitted. Data previously submitted, if any, will not be incorporated "by reference" into the offer and will not be considered in the evaluation of the offer.
7. Clarifications/Questions regarding any aspect of this procurement shall be submitted in writing per ATTACHMENT 4 via email only and addressed to jerrod.a.gonzales@uscg.mil and diego.j.avila@uscg.mil no later than 8 AM PST on February 28, 2024. Phone calls will not be accepted. The subject line of all email correspondence must state
RFP#70Z08524RIBCT0001 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.
8. Request for Drawings: The last day to request drawings regarding this solicitation is 8 AM PST on February 28, 2024. After
this date, further requests may not be accepted due to time constraints. To request drawings, contact jerrod.a.gonzales@uscg.mil and Erin.A.Olenjack@uscg.mil. All requests should identify the solicitation number RFP#70Z08523RIBCT0001. Some references listed in the Specification, under "Consolidated List of References," are subject
to Export Control limitations or have otherwise restricted distribution and have been deemed "limited access" and "export controlled" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and
procedures for being certified by JCP can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Only those
vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG.
9. Responses to this solicitation shall be submitted in writing via email only and addressed to jerrod.a.gonzales@uscg.mil and
diego.j.avila@uscg.mil no later than 8 AM PST on March 6, 2024. Phone calls will not be accepted. The subject line of
all email correspondence must state RFP#70Z08523RIBCT0001 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 March 27, 2024.
10.Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Vessel Name
USCGC ANTHONY PETIT
Vessel Home Address
1300 Stedman Street
Ketchikan, AK 99901
P.O.C. for Site Visit
John Brummett
P.O.C. Phone Number
925-640-4016
P.O.C. Email
john.t.brummett@uscg.mil
Contracting P.O.C
Jerrod Gonzales
Contracting P.O.C Phone
Jerrod.a.gonzales@uscg.mil
Contracting P.O.C. Email jerrod.a.gonzales@uscg.mil
Site Visits/Ship Check should be scheduled and completed NLT 28 February 2023.
Attachments/Links
Contact Information
Contracting Office Address
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
Primary Point of Contact
- Jerrod Gonzales
- jerrod.a.gonzales@uscg.mil
- Phone Number 5104375416
Secondary Point of Contact
- Diego Avila
- Diego.J.Avila@uscg.mil
- Phone Number 2068154027
History
- Mar 26, 2024 08:55 pm PDTCombined Synopsis/Solicitation (Updated)
- Mar 06, 2024 08:36 am PSTCombined Synopsis/Solicitation (Updated)
- Mar 05, 2024 12:02 pm PSTCombined Synopsis/Solicitation (Updated)
- Mar 05, 2024 08:02 am PSTCombined Synopsis/Solicitation (Updated)
- Mar 04, 2024 02:58 pm PSTCombined Synopsis/Solicitation (Updated)
- Mar 04, 2024 10:28 am PSTCombined Synopsis/Solicitation (Updated)
- Mar 01, 2024 12:00 pm PSTCombined Synopsis/Solicitation (Updated)
- Feb 29, 2024 09:45 am PSTCombined Synopsis/Solicitation (Updated)
- Feb 29, 2024 06:24 am PSTCombined Synopsis/Solicitation (Updated)
- Feb 28, 2024 01:36 pm PSTCombined Synopsis/Solicitation (Updated)
- Feb 28, 2024 01:25 pm PSTCombined Synopsis/Solicitation (Updated)
- Feb 28, 2024 01:04 pm PSTCombined Synopsis/Solicitation (Updated)
- Feb 28, 2024 12:59 pm PSTCombined Synopsis/Solicitation (Updated)
- Feb 16, 2024 10:44 am PSTCombined Synopsis/Solicitation (Updated)
- Feb 14, 2024 10:32 am PSTCombined Synopsis/Solicitation (Original)