Hawaii Bids > Bid Detail

Scaffolding for CGC MIDGETT TACAN Replace

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159996767491119
Posted Date: Apr 2, 2024
Due Date: Apr 4, 2024
Solicitation No: 52800PR240000793
Source: https://sam.gov/opp/fbe59e9bdf...
Follow
Scaffolding for CGC MIDGETT TACAN Replace
Active
Contract Opportunity
Notice ID
52800PR240000793
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
C5I DIVISION 2 KEARNEYSVILLE
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 02, 2024 11:07 am EDT
  • Original Date Offers Due: Apr 04, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W054 - LEASE OR RENTAL OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Honolulu , HI 96819
    USA
Description

This is a combined synopsis. solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commerical Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additioanl information included in this notice. This annoucement constitiutes the only solicitation; proposals and a written solicitation will not be issued.





The solicitation number is 52800PR240000793 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for a scaffolding service aboard the ISO USCGC MIDGETT located at USCG Base Honolulu, 400 Sand Island PKWY, Honolulu HI 96819, for the ISO USCGC MIDGETT TACAN Antenna Replacement effort.





Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires regristration with the System for Award Managment (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED.





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The complete text of any of the provisions and clauses may be acessed in full at http://www.acquisition.gov/browse/index/far.





The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 238990, All Other Specialty Trade Contractors. The size standard for this NAICS is $19M. Product Service Code is: W054, LEASE OR RENTAL OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING.





The description of the requirement is required on behalf of the United States Coast Guard (USCG). The objective is to provide safe transit to and safe aerial working platforms at an elevation allowing chest and shoulders level access to the base of the upper-most antenna on the Mast, referred to as the TACAN. Scaffolding must allow for crane lift service access through the top of scaffolding structure to facilitate crane lift removal of the TACAN. LINE ITEM 0001: QTY - 1; UNIT - JB; DESCRIPTION - Scaffolding ISO CGC MIDGETT TACAN Antenna Replacement Effort Statement ; Statement of Work (SOW) attached for more details.



Period of Performance: 8 April 2024 - 12 April 2024



Place of Performance: USCG Base Honolulu, 400 Sand Island PKWY, Honolulu, HI 96819





The award resulting from this solicitation will be issued as a FIRM-FIXED PRICE purchase order on an SF1449 document.





The Government is NOT responsible for any costs associated with the travel, quote submission, or any other costs associated with this RFQ.





Contractors MUST be U.S. Citizens.





The Service Contract Act – Wage Determination # 2015-5689 applies.





Evaluation:



This Procurement will be awarded on the basis of Best Value: The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and other factors considered. Factors that are being evaluated are as follows, in order of importance:



Factor One: The period of performance scheduled outlined in sections 1.i. and 10.



Factor Two: Adherence to the specifications in the SOW outlined in sections 1, 4, and 5.



Factor Three: PriceInitial review of SAM.GOV registrations will be conducted.





If a firm is not active in SAM.GOV at time of their submission, their response will not be evaluated any further Responses that do not of the non-price factors will not be evaluated further. However, if all submissions fail to meet factor one, submissions will be evaluated based on earliest available date.





Please be sure to acknowledge the Provisions and Clauses in your response - changes or concerns regarding specific clauses should be addressed in your response or prior to.



Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted.



The Government reserves the right to cancel this solicitation at any time.





IMPORTANT DATES AND INFORMATION:



Question and Answer Deadline: On or Before 3 April 2024 at 4 p.m. EDT (10 a.m. HST) – All questions need to be submitted on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil and Contracting Officer, Brian Eichelberger, Brian.J.Eichelberger@uscg.mil.



Solicitation Response Due: On or Before 4 April 2024 at 4 p.m. EDT (10 a.m. HST) – A response to the solicitation is due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil and Contracting Officer, Brian Eichelberger, Brian.J.Eichelberger@uscg.mil.





RESPONSES to this RFQ must be forwarded, IN WRITING, to the Contract Specialist, Brianna.Riffle@uscg.mil and the Contracting Officer, Brian.J.Eichelberger@uscg.mil.





This solicitation includes the following attachments: Statement of Work (SOW), Open Market Provisions and Clauses for Services, Service Contract Act WD # 2015-5689, Electronic Submission of Payment Requests (invoicing instructions for the United States Coast Guard).


Attachments/Links
Contact Information
Contracting Office Address
  • 408 Coast Guard Drive
  • KEARNEYSVILLE , WV 25430
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 02, 2024 11:07 am EDTCombined Synopsis/Solicitation (Original)

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 >