Loading...
52000PR260025099
Response Deadline
May 21, 2026, 10:00 AM(EDT)7 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation for Commercial Services
Solicitation Number: 52000PR2600025099 (Request For Quote - RFQ)
This is a combined synopsis/solicitation for commercial services, 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 the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 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 because of this synopsis/solicitation. All responsible sources may submit a quotation, which if it is timely received, shall be considered by this agency.
Agency: U.S. Coast Guard, Surface Forces Logistics Center (SFLC)
Contract Type: Firm Fixed Price Purchase Order
Set-Aside Information: Small Business
Evaluation Criteria: Quotes will be evaluated based on the following factors:
Technical Capability: The offeror’s ability to perform the services described in the Performance Work Statement.
Past Performance: The offeror’s record of relevant and recent past performance.
Price: Fair and reasonable pricing.
Point of Contact for Contract Questions:
Contracting Officer: Joshua Ricahrdson
Email:
Joshua.C.Richardson2@uscg.mil
For technical questions
COR: Ronny Chargualaf
Email:
Ronnyjames.s.chargualaf@uscg.mil
Contracting Officer’s QA Evaluator (QAE) Representative: MKC Paul Blas, Email: paulandre.t.blas@uscg.mil, Phone: (671) 488-3737
General Inquiries Email: Joshua.C.Richardson2@uscg.mil
Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email should include the solicitation number: 52000PR2600025099.
Performance Work Statement (PWS) / Statement of Work (SOW)
1. GENERAL REQUIREMENTS / SCOPE OF WORK:
The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform haul-out, drydocking, crane support, and relaunch services for Response Boat-Medium (RBM) 45753 as defined in this Performance Work Statement.
2. SPECIFIC TASKS:
A. Response Boat-Medium (RBM) Haul-Out and Drydocking: The contractor shall:
Haul vessel from Sumay Cove Marina pier utilizing appropriate lifting and rigging equipment.
Securely block and support the vessel in accordance with applicable military and industry standards.
Launch vessel utilizing appropriate lifting and rigging equipment upon completion of work.
B. Crane Services: The contractor shall:
Provide crane services and rigging support for lifting 45 RBM from the water.
Lower the 45 RBM onto blocking located on the pier.
Provide crane services and rigging support for relaunching the vessel.
Lower the 45 RBM safely back into the water.
Note: The U.S. Coast Guard will perform all required disconnections and re-installations outside of crane operations.
C. Sea Trial Support and Reporting: The contractor shall:
Provide support during required sea trial operations, if applicable.
Identify, document, and submit all applicable Condition Found Reports (CFRs) to the Contracting Officer’s Representative.
3. PLACE OF PERFORMANCE:
Services shall be performed at:
USCG Station Apra Harbor
Naval Base Guam, Sumay Cove
Santa Rita, GU 96915
4. PERIOD OF PERFORMANCE:
Upon contract award and acceptance, the contractor shall commence work as soon as availability permits and diligently prosecute the work to completion. All work shall be completed within twenty (20) working days from the scheduled haul-out date unless otherwise approved by the Contracting Officer. The contractor shall immediately notify the Contracting Officer’s QAE Representative of the intended start date.
5. CONDITIONS AFFECTING THE WORK:
Additional deficiencies or damage may be identified after haul-out of the RBM. Any additional findings shall be immediately reported to the Contracting Officer’s QAE Representative through a Condition Found Report (CFR). Work outside the original scope shall not proceed without approval and applicable commercial quotations for the additional work.
6. SITE VISIT:
Site visit date and time shall be determined upon contract award.
7. CLEAN-UP:
The contractor shall remove and properly dispose of or recycle all hazardous waste, trash, and debris generated during performance of work. The worksite shall be maintained in a clean and orderly condition throughout the project.
Invoicing
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.
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—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.
52.222-41 Service Contract Labor Standards (formerly Service Contract Act). (Required for service contracts over $2,500).
52.222-42 Statement of Equivalent Rates for Federal Hires.
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts).
52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
Joshua Richardson
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SFLC PROCUREMENT BRANCH 3(00040)
SFLC PROCUREMENT BRANCH 3(00040)
2401 HAWKINS PT RD. BLDG 31 MS 26
BALTIMORE, MD, 21226
NAICS
Ship Building and Repairing
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)