This work item describes the requirements for the Contractor to clean and inspect the vessel’s underwater (U/W) body, and renew bolt-on zinc anodes, while the vessel is moored pier side at homeport, 600 8th Ave SE, St Petersburg, FL 33701. Period of Performance (POP) to be completed 18-21 NOV 2024. POC: MKC Cody Harrison, 352-219-4016.
1.2 Government-furnished property.
MTI
ITEM DESCRIPTION
NSN/PN
QTY
ESTIMATED COST
($/UNIT)
N
Anode, stern tube
P/N: Z0020202H3
NIIN: 016445483
28 ea
$13.25
N
Nut, Self-Locking
P/N: 90715A145
NIIN: 015085774
3 pg
$8.38
N
Anode, Sea Chest Grate
P/N: GA-4
NIIN: 016476179
4 ea
$40.79
N
Screw, Prop zinc plate
P/N: 950756
NIIN: 016340210
8 ea
$16.13
N
Screw, Sea Chest Grate Anode,
P/N: 93190A634,
NIIN: 016197182
1 pg
$8.75
N
Screw Cap, Stern Tube Covers
P/N: 90585A626
NIIN: 016161107
42 ea
$1.50
N
Zinc plate, propeller
P/N: 950733
NIIN: 016278941
2 ea
$914.60
N
Anode, Bow Thruster, Gear Case, Bolt On
P/N: 1081226
NIIN: 123561870
1 ea
$65.31
N
Anode, Bow Thruster, Tunnel
P/N: CM2000Z
NIIN: 200126334
12 ea
$27.43
2. REFERENCES
Coast Guard Drawings
Coast Guard Drawing 154B WPC 111-301, Rev B, Shell Expansion
Coast Guard Drawing 154B WPC 161-301, Rev C Skegs and Stern Tubes Support Structures
Coast Guard Drawing 154 WPC 245-304, Rev B, Propeller Plans and Data Six Blade Propeller
Coast Guard Drawing 154B WPC 562-201, Rev A Rudder Details
Coast Guard Drawing 154 WPC 565-201, Rev -, Fin Stabilizer System A & D
Coast Guard Drawing 154B WPC 568-201, Rev B, Bow Thruster System A & D
Coast Guard Drawing 154 WPC 997-302, Rev -, Docking Plan
Coast Guard Publications
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), Latest Version, General Requirements
Surface Forces Logistics Center Maintenance Procedure Card B10018.D (MPC B10018.D), 5/31/23, replace Underwater Zinc Anodes
Surface Forces Logistics Center Maintenance Procedure Card B10015.D (MPC B10015.D), 8/31/23, Underwater Body and Appendages Inspect/Clean (Diver)
Other References
None
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not Applicable.
3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection).
3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).
3.2 Requirements. The Contractor must:
3.2.1 Video recording/photographs. Submit video highlights and photographs of all underwater body surfaces and appendages (e.g. bow thruster, propellers, rudders, fin stabilizers, transducers, sea chests, heavily fouled hull areas, etc.) before and after cleaning.
3.2.2 Clean/inspect. Clean the underwater body surfaces and appendages free of all marine growth, debris, and all other surface contaminants, to include inspections in accordance with MPC B10015.D. Polish the surfaces of both PORT and STBD propellers. Ensure all transducer surfaces are cleaned with only hand held brushes, without the use of power attachments. Ensure that existing underwater body coating system or non-coated surfaces do not incur any damage during cleaning process. Refer to Coast Guard drawings listed in Section 2.
3.2.3 Renew anodes. Renew Government-furnished components listed below paragraph 1.2. in accordance with MPC B10018.D.
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, November 11, 2024 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address – Timothy.S.Ford@uscg.mil and carbon copy Stacy Spalding at email address Stacy.J.Spalding@uscg.mil .
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, CWO3 Stacy Spalding at email address Stacy.J.Spalding@uscg.mil and carbon copy Timothy Ford 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 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
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.