Search Contract Opportunities

CGC Oliver Berry #2 MDE Repairs

ID: 52000QR250011785 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation Nr 52000QR250011785 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.

THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:

A. REQUIREMENT:

1. The contractor shall provide the following:

Repair CGC Oliver Berry #2 MDE Repairs as per the attached SOW.

2. DELIVERY LOCATION:

CGC Oliver Berry

400 Sand Island Pkwy

Honolulu, HI 96819-4326

4. PERIOD OF PERFORMANCE:

03-17-2025

B. 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 Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.

Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.

Quotes must be received no later than 14 March 2025 at 09:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to Mr. Cornelius Claiborne at email address CORNELIUS.N.CLAIBORNE@uscg.mil.

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Patricia M. Fremming via email Patricia.M.Fremming@uscg.mil and telephone (757) 628-4136; and Mr. Cornelius Claiborne via email: Cornelius.Claiborne@uscg.mil.

PROVISIONS / CLAUSES:

See attached FAR Clauses and Provisions that apply to this acquisition and are incorporated by reference:

*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.

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

Background
The United States Coast Guard Surface Force Logistics Center is seeking contractors to provide pricing for repairs on the CGC Oliver Berry, specifically for the #2 Main Diesel Engine (MDE). This contract aims to ensure the operational readiness of the vessel by addressing necessary repairs and maintenance.

Work Details
The contractor shall perform the following tasks:

1. Repair CGC Oliver Berry #2 MDE as per the attached Statement of Work (SOW). The scope includes troubleshooting, providing necessary parts, and conducting repairs.

The contractor must supply all tools and parts required for troubleshooting, repair, and root cause analysis. The work will involve a senior certified technician working an 8-hour day for 5 days, interfacing with Coast Guard and third-party technicians.

Period of Performance
The period of performance for this contract is set to begin on March 17, 2025.

Place of Performance
CGC Oliver Berry, 400 Sand Island Pkwy, Honolulu, HI 96819-4326.

Overview

Response Deadline
March 14, 2025, 9:00 a.m. EDT Past Due
Posted
March 12, 2025, 11:04 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Honolulu, HI 96819 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
50% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 3/12/25 Surface Forces Logistics Center issued Synopsis Solicitation 52000QR250011785 for CGC Oliver Berry #2 MDE Repairs due 3/14/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J020.
Primary Contact
Name
Cornelius Claiborne   Profile
Phone
None

Secondary Contact

Name
Patricia Fremming   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None None Profile gary.m.menge@uscg.mil None

Documents

Posted documents for Synopsis Solicitation 52000QR250011785

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 52000QR250011785

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 52000QR250011785

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 52000QR250011785

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080)
FPDS Organization Code
7008-70Z080
Source Organization Code
100181484
Last Updated
March 29, 2025
Last Updated By
patricia.m.fremming@uscg.mil
Archive Date
March 29, 2025