Statement of Work (SOW)
For CGC JOHN MCCORMICK’s FM200 and Galley Range Inspections
1. Background and Current Observed Issues
CGC JOHN MCCORMICK is requesting inspection and testing for the installed fire suppression
systems in accordance with standard maintenance procedures.
2. REFERENCES
CG MPC R-A-8843, R-102 GALLEY FIRE SUPPRESSION SYSTEM OPERATION TEST/CHECK
CG MPC N30050.D, GALLEY HOOD CONTR FIRE SYS
3. REQUIREMENTS
Entity completing the work must have trained personnel. Performance must be IAW the attached
MPC’s R-A-8843 and N30050.D.
4. PERIOD OF PERFORMANCE
This maintenance must be completed between 09 - 20 July 2025.
5. PLACE OF PERFORMANCE
USCG Base Ketchikan
1300 Stedman St
Ketchikan, AK 99901
Cutter Point of Contact:
EMCS Jonathan Zlocki
Cell: (504) 253-4835
Email: Jonathan.a.zlocki@uscg.mil
Contracting Officer Technical Representative (COR):
Jason Devin
Cell: (651) 600-0525
Office: (757) 628-4623
Email: Jason.m.devin2@uscg.mil
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.
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 USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than Monday 6/16/2025 02:00 P.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address – Timothy.S.Ford@uscg.mil and carbon copy Miller, Joshua N PO2 USCG SFLC (USA) at email address Joshua.N.Miller@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Specialist, to Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil .
The following FAR Clauses and Provisions apply to this acquisition:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).
Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126).
FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).
(51) 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).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
*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.