CGC Oliver Berry #2 MDE Repairs

Bidders ID: NBD00159150222108213
Due Date: Mar 14, 2025
Posted Date: Mar 12, 2025
Level of Government: Federal
State: Hawaii
Agency: HOMELAND SECURITY, DEPARTMENT OF
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Solicitation Number: 52000QR250011785
Source: Members Only
Follow
CGC Oliver Berry #2 MDE Repairs
Active
Contract Opportunity
Notice ID
52000QR250011785
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
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 12, 2025 11:04 am EDT
  • Original Date Offers Due: Mar 14, 2025 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 29, 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:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Honolulu , HI 96819
    USA
Description

This is a combined synopsis/solicitation Nr 52000QR250011785 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.





THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:



A. REQUIREMENT:



1. The contractor shall provide the following:



Repair CGC Oliver Berry #2 MDE Repairs as per the attached SOW.



2. DELIVERY LOCATION:





CGC Oliver Berry



400 Sand Island Pkwy



Honolulu, HI 96819-4326







4. PERIOD OF PERFORMANCE:



03-17-2025



B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:



Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.



1. Please provide any warranty information.

2. Vendors MUST be registered in www.sam.gov



The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.



Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.



Quotes must be received no later than 14 March 2025 at 09:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to Mr. Cornelius Claiborne at email address – CORNELIUS.N.CLAIBORNE@uscg.mil.



Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Patricia M. Fremming via email Patricia.M.Fremming@uscg.mil and telephone (757) 628-4136; and Mr. Cornelius Claiborne via email: Cornelius.Claiborne@uscg.mil.



PROVISIONS / CLAUSES:



See attached FAR Clauses and Provisions that apply to this acquisition and are incorporated by reference:



*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.



NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:



This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.



System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).




Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 12, 2025 11:04 am EDTCombined Synopsis/Solicitation (Original)
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders 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 >