Loading...
52000PR260024712
Response Deadline
May 15, 2026, 12:00 PM(EDT)4 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation for Commercial Services
Solicitation Number: 52000PR260024712 (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 as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if 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: This solicitation is a Small Business Set-Aside.
Evaluation Criteria: Quotes will be evaluated based on the following factors:
Point of Contact for Questions:
For any questions regarding this solicitation, please contact:
Contractual Point of Contact:
Technical Point of Contact:
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: 52000PR260024712.
Performance Work Statement (PWS)
1. General Information
2. Background
Both port main diesel engines aboard the 47-foot Motor Lifeboats (MLB), hull numbers 47283 and 47284, need to be removed from the vessels for overhaul.
3. Scope of Work
The Contractor shall provide all necessary personnel, labor, materials, equipment, transportation, and supervision to haul out the vessels, provide temporary storage, and supply crane services for engine removal and reinstallation for two 47' MLB vessels as defined in this Performance Work Statement.
4. Specific Tasks
For each vessel (47283 and 47284):
5. Deliverables
An itemized invoice is to be sent to Mitchell.T.Sabo@uscg.mil upon completion of the work for both vessels.
6. Place of Performance
Services shall be performed at the Contractor's facility located within 30 miles of Ilwaco, Washington.
7. Period of Performance
All work shall be completed within 30 days of contract award. Work shall be performed during the contractor's normal business hours, unless otherwise coordinated with the USCG Point of Contact.
8. Government Responsibilities
9. Condition Found Report (CFR) Requirement
If additional discrepancies, deficiencies, or required repairs are identified that are outside the defined Scope of Work, the contractor shall immediately notify the Unit POC and submit a written Condition Found Report (CFR) detailing the discrepancy, recommended corrective action, cost, and schedule impact. No additional work outside the approved Scope of Work shall be performed without written authorization from the Government.
10. Environmental and Safety Compliance
The contractor shall, without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state, and local laws and environmental and safety regulations. The contractor is responsible for the overall safety of the worksite.
Invoicing
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:
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)