This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued.
Solicitation number 70Z04025Q60235Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First.
Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation. Past performance will only be reviewed for “responsibility” basis per FAR 9.1. There are no adjectival ratings nor will award be based on a best value tradeoff basis. All quote’s will be evaluated for who meets all the technical requirements, next who meets our deadlines and finally what is the lowest cost.
All quotes shall be emailed to Tyrone.W.Johnson@uscg.mil and shall be received no later than 04/28/2025 0800 (Eastern). All emailed quotes shall have 70Z04025Q60235Y00 in the subject of the email.
If a Site Visit is required in order to bid, please email Weldon Legg at b.legg@uscg.mil in order to schedule.
ITEM 1: COAL SLAG GRIT REMOVAL & DISPOSAL IAW SOW
DESCRIPTION: COAL SLAG GRIT REMOVAL & DISPOSAL: Procure Coal Slag Grit Removal & Disposal of approx. 300 Tons from Bldg. 34 Blast Bay, around the Bldg. and Drums associated to the outside Dust Collector via Vacuum Truck. The Contractor must remove the material from the Yard the Day of and provide weight tickets during the job as to not exceed the requested amount and comply to the YARD STATEMENT OF WORK FOR NONHAZARDOUS COAL SLAG REMOVAL & DISPOSAL.
TOTAL: ___________________
* EST. Delivery Date: ________________*
Total:
UEIN: NAICS code:
Place of Performance:
U.S. COAST GUARD YARD
2401 HAWKINS POINT ROAD
BALTIMORE, MD 21226
Invoicing In IPP
It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
FAR Clauses
This order is subject to but is not limited to the following Federal Acquisition Regulations:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-26 Covered Telecommunications Equipment or Services-Representation.
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.
52.217-8 Option to Extend Services. (Only if you have Optional Lines)
As prescribed in 17.208(f), insert a clause substantially the same as the following:
Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option].