Skip to main content

An official website of the United States government

You have 2 new alerts

DIESEL COMPRESSOR REPAIR

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 24, 2023 03:35 pm EST
  • Original Date Offers Due: Jan 26, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 10, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:

Description

  1. This is a combined synopsis/solicitation for a service contract, 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 the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
  2. Solicitation number 2123403B4500SP003 applies, and is issued as a Request for Quotation.
  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JUL 2019).
  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 811219 and the business size standard is $19.0. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. 

                  OPEN, INSPECT AND REPORT

ITEM 0001 – 4310 01-465-1509

COMPRESSOR SCBA DIESEL POWERED

Open, Inspect and Report

MFG NAME: BAUER COMPRESSORS INC

PART_NBR: C-D/DV/NAVY CAPITANO II

Quantity:  1 EACH                                  Performance Completion date: 08/27/2023

OIR COST:_______________

ITEM 0001A - 4310 01-465-1509

COMPRESSOR SCBA DIESEL POWERED

REPL #556767

THESE COMPRESSORS ARE IN F CONDITION

UNABLE TO CUT & PASTE REPAIR DESCRIPTION INTO

THIS BLOCK.

MFG NAME: BAUER COMPRESSORS INC

PART_NBR: C-D/DV/NAVY CAPITANO II

QTY:  9 EACH

ESTIMATED COST FOR SERVICES (NOT-TO-EXCEED): $________________

ITEM 0002 – 4310 01-465-1509

COMPRESSOR SCBA DIESEL POWERED

Open, Inspect, and Report

MFG NAME: BAUER COMPRESSORS INC

PART_NBR: C-D/DV/NAVY CAPITANO II

Quantity:  1 EACH                                  Performance Completion date: 08/27/2023

OIR COST:_______________

ITEM 0002A - 4310 01-465-1509

COMPRESSOR SCBA DIESEL POWERED

REPL #556767

THIS COMPRESSOR IS IN K CONDITION

UNABLE TO CUT & PASTE REPAIR DESCRIPTION INTO

THIS BLOCK.

MFG NAME: BAUER COMPRESSORS INC

PART_NBR: C-D/DV/NAVY CAPITANO II

QTY:  9 EACH

ESTIMATED COST FOR SERVICES (NOT-TO-EXCEED): $________________

ITEM 0003 – 4310 01-F10-1867

COMPRESSOR BREATHING AIR

Open, Inspect, and Report

MFG NAME: BAUER COMPRESSORS INC

PART_NBR: MVT26-E3

Quantity:  1 EACH                                  Performance Completion date: 08/27/2023

OIR COST:_______________

ITEM 0003A -  4310 01-F10-1867

COMPRESSOR BREATHING AIR

REPL #556768

THESE COMPRESSORS ARE IN K CONDITION

UNABLE TO CUT & PASTE REPAIR DESCRIPTION INTO

THIS BLOCK.

MFG NAME: BAUER COMPRESSORS INC

PART_NBR: MVT26-E3

QTY:  3 EACH

ESTIMATED COST FOR SERVICES (NOT-TO-EXCEED): $________________

  1. Place of Delivery on repaired items is: USCG YARD, 2401 Hawkins Point Road,BLDG 88, Receiving Room, Baltimore, MD 21226.                        
  2. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018).                      1.  Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:                                                                                                           a) company’s complete mailing and remittance addresses,                                  b) discounts for prompt payment if applicable                                                  c) cage code,                                                                                                      d)  SAMs Unique Entity ID,

e) Taxpayer ID number.                                                                                 

      1. Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
      2. Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.  If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.

  1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors.  Award may be made to other than the lowest price.  Award will be a best value decision.  All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value.  The evaluation and award procedures in FAR 13.106 apply.
  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
  4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018).  The following clauses listed in 52.212-5 are incorporated:
    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note).
    2. 52.204-99, System for Award Management Registration (Oct 2016) (DEVIATION)
    3. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
    4. 52.219-28, Post Award Small Business Program Rerepresentation (JUL      

      2013) (15 U.S.C. 632 (a)(2).

    1. 52.222-3 Convict labor (June 2003) (E.O. 11755)
    2. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)
    3. 52.222-26 Equal Opportunity (September 2016)(E.O. 11246)
    4.  52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
    5. 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
    6. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
    7. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
    8. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
    9. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
    10. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
    11. 52.233-3 Protest after award (Aug. 1996.)
    12. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
  1. Defense Priorities and Allocations System (DPAS): N/A
  1. QUOTES ARE DUE BY 12:00 PM EST on 26 JANUARY 2023. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil    
  2. POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.

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 10, 2023 11:58 pm ESTCombined Synopsis/Solicitation (Original)