Crane Barge and Steel Wreckage Removal/Disposal from Homosassa River
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159793789902595 |
Posted Date: | Feb 10, 2023 |
Due Date: | Feb 28, 2023 |
Solicitation No: | 70Z028-23-Q-0000080 |
Source: | https://sam.gov/opp/6cb0802781... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 10, 2023 11:48 am EST
- Original Date Offers Due: Feb 28, 2023 03:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 15, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 1925 - SPECIAL SERVICE VESSELS
-
NAICS Code:
- 483211 - Inland Water Freight Transportation
-
Place of Performance:
Homosassa , FLUSA
This combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued.
The solicitation number is 70Z028-23-Q-0000080. Applicable North American Industry Classification Standard (NAICS) codes are:
483211 Inland Water Freight Transportation, Size standard in Employees (750)
This requirement is for a fixed price service contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value.
When submitting your proposals, request a price breakdown of the following:
- Cost of labor and supervision
- Cost of equipment needed to perform the work
Prospective contractors shall also provide along with your proposal past performance documents which will be used to determine expertise to perform work requested.
Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit. Past Performance and Cost factors will also be used when selecting the award.
Anticipated award date: 5 business days after close of solicitation, OOA 07 March 2023
Quotes are to be received no later than close of business (3 p.m.) on 28 February 2023. Quotes can be email to: Jerry.Lopez@uscg.mil
Quotations sent via the US Postal Service or hand delivered should be sent to:
Commanding Officer
USCG Base Miami Beach (P&C)
Attn: Jerry Lopez
909 SE 1st Ave, Room 512
Miami, FL 33131.
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov
Wage determinations: To be determined
SCOPE OF WORK: Contractor to provide all labor, supervision, and equipment necessary for the removal and disposal of aid wreckage in the Homosassa River, per attached SOW. Contractor will be working with Coast Guard Divers during this project.
USCG Aids to Navigation Team
600 SE 8th Avenue
St. Petersburg, FL 33701
Period: Performance of work must be done during the period of March 13 – March 24th. Anticipated award date: 03 March 2023
Site visit: N/A.
Q&A’s: For specific questions concerning the SOW, please contact:
CWO Ben Jewell Benjamin.C.Jewell@uscg.mil; 631-796-1091
BMC Timothy Owen Timothy.R.Owen@uscg.mil; 727 272-6847
BM1 Dana Wise Dana.W.Wise@uscg.mil; 727-824-7634
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)
52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020)
52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2020)
52.222-41 Service Contract Labor Standards (Aug 2018)
Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
Request Company’s tax ID information and Duns number.
Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award.
Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service
- 100 MACARTHER CAUSEWAY MIAMI FL 33139
- MIAMI , FL 33132
- USA
- Jerry Lopez
- Jerry.Lopez@uscg.mil
- Phone Number 3054157080
- Benjamin Jewell
- Benjamin.C.Jewell@uscg.mil
- Phone Number 631-796-1091
- Feb 10, 2023 11:48 am ESTCombined 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.