Security Guard Tenders
Municipality Of Isabela, Negros Occidental Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of One Million Six Hundred Eighty Four Thousand Eight Hundred Sixty Six Pesos And 48/100 (php 1,684,866.48) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Procurement Of Security Services, Lgu, Isabela, Negros Occidental. Delivery Of The Goods Required Is Eleven (11) Months. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php 5,000.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 28, 4:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 28, 2025 4:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipality Of Isabela Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Security Services (6 Guards Per Month) For The Months Of February 2025 To December 2025
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.7 K)
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Details: Request For Information
special Purpose Craft – Boarding Team Delivery Ii (spc-btd Ii) Maintenance
synopsis:
the United States Coast Guard (uscg) Is Seeking Information From Potential Offerors Who Are Interested In, And Capable Of Providing Repair, Maintenance And Upgrade Support Services For The Naval Special Warfare (nsw) 11 Meter (11m) Rigid Inflatable Boats (ribs).u. S. Coast Guard Maritime Security Response Teams (msrt) Utilize 11 Meter (11m) Special Purpose Craft – Boarding Team Delivery Ii (spc-btd Ii) And 33’special Purpose Craft – Law Enforcement (spc-le) Boats As Part Of The Operational Resources. The Spc-btd Ii And Spc-les Require Periodic Maintenance As Well As Design Upgrades To Improve Performance And Extend Usable Life Of The Boats And Associated Equipment. The Repairs And Maintenance Will Be Performed In Two (2) Geographical Locations, Both The West Coast And East Coast.
this Rfi Seeks Information And Capabilties Of Potential Offerors That Have The Capacity To Perform This Required Service In Either Or Both Geographical Regions, Note, You Are Not Required To Provide Servies In Both Locations. Additionally, One Location Or Another Location And Both Locations Are Sufficient. Please Provide The Following Information:
tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation To Support Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Capability Statements Shall Address, At A Minimum, The Following Items:
can Or Has Your Company Managed A Similar Task Of This Nature? If So, Please Provide Details.
what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement?
what Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Tasks?
what Is Your Company’s Size And Socio-economic Status?
will This Company Likely Be Able To Provide Support In One Geographical Region, Or Both. If One, Which Region?
any Questions, Suggestions Or Feeback On The Nature Of This Requirement.
responses To This Rfi Shall Be Submitted To Miranda.v.smith@uscg.mil And Carbon Copy Adam Petty At Adam.f. Petty1@uscg.mil By Email No Later Than April 14, 2025 At 11:00am. Est.
this Special Notice Is For Market Research And Planning Purposes Only. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government To Award A Contract From Responses To This Announcement. Any Information Submitted By Interested Parties Is Strictly Voluntary And No Monetary Compensation Will Be Provided For Response Preparation.
Closing Date14 Apr 2025
Tender AmountRefer Documents
Civil Service Commission Tender
Housekeeping Services
Philippines
Details: Description Janitorial Services For Csc Ro V Building And Its Premises Located At Rawis, Legazpi City With A Total Area Of 1,456 Sq. M. More Or Less. Must Comply With The Schedule Of Requirements ""annex A"" And Technical Specification ""annex B""" 1 Lot Schedule Of Requirements Janitorial Services For Csc Ro V Building And Its Premises Located At Rawis, Legazpi City With A Total Area Of 1,456 Sq. M. More Or Less. Duly Licensed Under Dole Do No. 18-a Series Of 2011 1 Lot 1 Lot "1 August 2025 To 31 December 2025 Note: All Bid Prices For A Duration Of Three (3) Years Shall Be Fixed And Shall Not Be Adjusted During The Contract Implementation, Except For The Following: 1. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After The Date Of Bidding; And 2. Increase In Taxes; Philhealth And Pag-ibig Premiums." " -shall Provide Three (3) Manpower (multi-skilled), One (1) Female And Two (2) Males, Aged 23 To 50 Years, With At Least 3-years Experience As Janitor/utility Worker, And Have Attended At Least 16hrs Training Relative To Janitorial Services; -shall Provide Cleaning Equipment And Tools Such As Scrubber, Vacuum Cleaner With Attachments, Mops Squeezers, Glass Cleaner, Toilet Brush, Toilet Bowl Pumice Stone Cleaner Brush, Window Cleaning Squeegee, Heavy Duty Plastic Trash Bin 20l With Step Foot Pedal, Cleaning Signs And Stickers For Safety, Water Sprinkler, Heavy Duty Garden Grass Tree Scissor; "- Shall Provide Janitorial Supplies Per Month For Five (5) Months: - 5 Pcs Scented Gel Air Freshener (lavander, Lemon, Orange) - 200 Pcs 2 Ply Bathroom Tissue - 3 Pcs Interfolded Paper Towel - 15 Pcs Deodorizer With Holder 100g (albatros-lemon, Melon, Sampaguita) - 1 Pc Wood Furniture Polish - 5 Canister Toilet/scouring Cleanser Powder 500g - 10 Packs Blue Toilet Bowl Cleaner Tablets/stain Remover (10pcs/pack) - 3 Pcs Home Mat, Non Slip Mat ""welcome"" Rubber Rag 40cm X 60cm - 5 Pcs High Quality Absorbent Disinfecting Foot Mat, Non Slip/rug Disinfectant Mat (blue & Red) 39cm X 59cm X 1cm - 10 Pcs Microfibre Cleaning Cloth - 2 Gallon Dishwashing Liquid Soap - 2 Pcs Silicon Scrubber Gloves - 2 Pcs Heavy Duty Soft Broom - 3 Pcs Heavy Duty Hard Broom - 3 Pcs Heavy Duty Dust Pan - 2 Pcs Disinfecting Liquid Bleach 4l - 9 Pcs Cotton Cloth Door Mat, Rectangular - 5 Pcs Dishwashing Sponge - 3 Packs Detergent Powder 1kg - 1 Gallon Alcohol 70% Isopropyl/ethyl - 50 Pcs Trash Bag/bin Bags L&xl - 2 Liter Antibacterial Liquid Hand Soaps; -shall Provide Ten (10) Ornamental Plants, Both Outdoor And Indoor (big Plants), On A Quarterly Basis; -it Must Have An Established Branch/field Office In Albay, Preferably In Legazpi City. -company Must Have At Least Five (5) Years’ Experience In Undertaking Janitorial Services With Key Personnel And Equipment Either Owned, Leased Or Purchase;" "-utility Workers Should Have Five (5) Uniforms Bearing The Seal/logo Of The Company, Preferably Polo & Pants With Rubber Shoes; -utility Worker With Long Hair Should Wear Hair Net; -shall Submit A Copy Of The Resume/biodata And Relevant Training Certificates Of Its Utility Workers." Technical Specifications I. Objective The Civil Service Commission Regional Office V With Office And Postal Address At Rawis, Legazpi City Needs Services Of A Duly Licensed, Eligible, And Qualified Company Engaged In Janitorial Services. Ii. Scope Of Services The Winning Bidder Whose Main Responsibility Is The Maintenance Of The Cleanliness Of Csc Ro V Three-storey Building, Its Two-storey Annex Building, And Premises With A Total Area Of 1,456 Square Meters, More Or Less, Shall Provide Janitorial Services To The Csc Ro V, Rawis Legazpi City. In Addition, And More Specifically, Said Contractor Shall Perform And Observe The Following: 1. Daily Routine Operations: A) Sweeping, Mopping, And Spot Scrubbing Of All Floor Areas Most Often Used Such As The Lobby, Comfort Rooms, Stairs, And Waiting Areas. These Shall Be Serviced Continuously During Regular Office Hours To Guarantee Cleanliness At All Times; B) Sanitizing Of Toilets Washrooms, Kitchen Tiles, Regular Upkeep Of The Pantry/kitchen Areas, Including Dishwashing. Comfort Rooms Located In The Assigned Areas Shall Be Continuously Supplied With Water; C) Disinfection, Dusting And Cleaning Of All Office Chairs, Tables, Furniture, Office Equipment, Telephones And Other Communication Equipment, And Counters; D) Dusting And Cleaning Of All Glass Tops, Inside Portion Of Windows, Window Grills, Venetian Blinds, And Partitions Which Require Daily Attention; E) Cleaning Of Trash Cans Or Receptacles; F) Disposal Of Trash From The Confines Of The Building Up To The Garbage Landfill In Accordance With Proper Waste Management Rules And Regulations; G) Watering And Maintenance Of Plants To Guarantee Their Freshness And Growth; H) Trimming And Cultivating Of Plants To Preserve The Desired Shapes; I) Report Damaged Windows And Doors As Well As Defective Plumbing And Lighting For The Immediate Repair/replacement Of The Csc Ro V ; And J) Disinfection Of Frequently Touched Or Used Surfaces Such As Door Handles, Biometric Machine, Hand Railings, Switches, And The Like. 2. Weekly Routine Operations: A) General Cleaning, I.e. Washing, Scrubbing, Mopping Of Floor Areas Of All Buildings Within The Premises; B) Cleaning Of Windows And Doors; C) Cleaning Of Lawn Including The Areas Outside The Fence; D) Replanting Of Ornamental Plants When The Need Arises; E) Washing Of Venetian Blinds, Cleaning Of Ceiling, Furniture And Fixtures; F) Cleaning The Gutters Of The Csc Ro V Building; And G) Vacuum Cleaning Of Furniture. 3. Monthly Operations: A) Planting And Replanting Of Decorative And Other Plants Whenever Necessary; B) Cleaning Of Water Tank; And C) Cultivating And Cleaning Plants Found Around The Csc Ro V Perimeter Fence. 4. Other Errands/tasks That May Be Assigned. Iii. Conditions: 1. The Utility Workers To Be Provided By The Contractor Shall Perform Work In Accordance With The Schedule Provided By The Csc Ro V; 2. The Contractor Shall Provide Labor, Necessary Cleaning Equipment And Tools Such As Vacuum Cleaners Complete With Attachments, Mops Squeezers, Rugs, Dust Pan, Hard And Soft Brooms, And Other Analogous Materials. 3. The Contractor Shall Provide Janitorial Supplies Such As Pumice Stone, Toilet Cleansers, Disinfectants, Furniture Polish, Soaps For Cleaning, Deodorant Cakes, Air Fresheners, Tissue Papers, Hand Soaps, Alcohols, Dishwashing Liquids, Dishwashing Sponge, Detergent Powders, Scouring Pad, Flat Weave Rugs And The Like For Seven (7) Months; 3. The Contractor Shall Monthly Monitor, Through Its Authorized Representative, The Status Of Janitorial Supplies And Ensure The Availability Of Supplies Intended For The Succeeding Month, Every Last Working Day Of The Month; 4. The Contractor Shall Provide Ornamental Plants For Indoor And Outdoor On A Quarterly Basis; 5. The Contractor Shall Likewise Report To The Csc Ro V, Through Its Authorized Representative, Three (3) Times In A Work Week For At Least One (1) Hour And Every Saturday For At Least Two (2) Hours For The Inspection Of The Client's Building And Premises Ensuring That Its Daily Routine, Weekly Periodic And Monthly Operations Are Performed Efficiently And Provide Feedback To The Msd Chief On The Weekly Inspection Conducted; 6. The Contract Will Not Create An Employer-employee Relationship Between The Csc Ro V And The Utility Workers. The Services Rendered Will Not Be Considered As Government Service And The Utility Workers Will Not Be Entitled To Benefits Enjoyed By The Regular Personnel Of Csc Ro V; 7. The Period Of The Services Under The Contract Shall Start On The Date Specified In The Notice To Proceed And Shall End After 5 Months. Termination Of The Contract Shall Be Subject To The Provisions Of The Implementing Rules And Regulation Of R.a. 12009 Or The New Government Procurement Act (ngpa); 8. The Contractor Shall Assign Three (3) Multi-skilled Utility Workers (one (1) Female And Two (2) Males, Aged 23 To 50 Years, With At Least 3-years’ Experience As Janitor/utility Worker, And Have Attended At Least 16hrs Training Relative To Janitorial Services) To The Csc Ro V To Perform The Services As Specified Hereof, Wearing An Appropriate Utility Uniform During Their Duty; 9. The Contractor Shall Comply With And Strictly Observe All Laws Regarding Worker's Health And Safety Worker's Welfare, Compensation To Injuries, Minimum Wages, Hours Of Labor And Other Labor Laws; 10. The Assigned Utility Workers Shall Be Required To Render Services For Six (6) Days A Week And At Least Eight (8) Hours A Day; Provided, The Csc Ro V Shall Prescribe The Schedule Of Such Services So As Not To Unduly Disrupt The Operation Of The Offices. The Contractor’s Utility Workers Shall Not Be Allowed To Stay Overnight At The Csc Ro V Building; 11. No Work Shall Be Required During Legal And Special Public Non-working Holidays, But The Contractor May Be Requested To Perform Services Should Exigency Of The Service Arise; 12. The Contractor Agrees To Furnish The Csc Ro V With Able, Healthy, Professionally Trained, Carefully Selected, And Uniformed Personnel And Be Subject To Security Check By Security Guards When Coming In And Leaving The Premises; 13. The Csc Ro V May, Direct The Contractor To Retain/replace The Assigned Utility Workers; 14. The Contractor Must Assign Permanent Reliever/s In The Absence Of The Assigned Utility Worker/s; 15. The Contractor Shall Answer For Any Damage Or Loss Which May Occur Within The Office Premises Arising From The Negligence Of The Utility Worker/s; 16. No Modification Of The Contract Shall Be Made Except In Writing Signed By The Csc Ro V And The Contractor; And 17. The Contractor Shall Not Assign, Transfer, Pledge, Or Make Other Dispositions Of The Contract Or Any Part Thereof, Except With The Prior Written Consent Of The Csc Ro V. 18. The Contractor Shall Be Subject To Performance Evaluation By The Contractee After The Completion Of The Contract.
Closing Date10 Jun 2025
Tender AmountPHP 335 K (USD 6 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: Market Survey For District Headquarters Relocation Security
a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business And You Are Interested In This Project Please Respond Appropriately.
project Location: 220 West Main Street Louisville, Ky 40202
project Description: The Contractor Shall Provide Unarmed On-site Guard Facility Security Operations And Access Control At 220 West Main Street, Louisville, Ky During The Hours Of 0600-1800, Monday-friday.
contract Duration Is Estimated At 1,825 Calendar Days (5 Years). The Estimated Cost Range Is Between $1,000,000 To $5,000,000 (far 36.204 & Dfars 236.204). Naics Code Is 561612. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email To Ethan.s.phillips@usace.army.mil By Monday, March 03, 2025 By 11:00 Am Eastern Time.
responses Should Include:
identification And Verification Of The Company’s Small Business Status.
contractor’s Unique Entity Identifier (uei) And Cage Code.
documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits.
description Of Experience – Provide Descriptions Your Firm’s Past Experience On Up To Three (3) Projects With Greater Than 95% Construction Complete, Or Those Projects Completed Within The Last Five Years Which Are Similar To This Project In Size, And Scope. Provide Documentation Demonstrating Experience For Similar Type Of Work And Managing Multiple Sub-contractors. Demonstrate Experience Including Self-performing 15% Of The Work. Provide Documentation Demonstrating Experience For Projects Of Similar Type Projects. Each Project Must Include The Name, Title, Project Role, E-mail Address, And Telephone Number Of At Least One Reference. References May Be Used To Verify Project Size, Scope, Dollar Value, Percentages And Quality Of Performance.
projects Similar In Scope To This Project Include:
on-site Guard Facility Security Operations And Access Control During Business Hours In The Lobby Of An Office Space
issuing Visitor Passes
ensures That Personnel Have Proper Identification To Enter The Building
projects Similar In Size To This Project Include:
screening Roughly 700 Employees Daily.
based On Definitions Above, For Each Project Submitted Include:
current Percentage Of Work Complete And The Date When It Was Or Will Be Completed.
size Of The Project
scope Of The Project
the Dollar Value Of The Contract
the Percentage Of Work That Was Self-performed
small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And How It Will Be Accomplished.
note: Total Submittal Package Shall Be No Longer Than 10 Pages. Please Only Include A Narrative Of The Requested Information; Additional Information Will Not Be Reviewed.
email Responses And Any Questions To Ethan Phillips At Ethan.s.phillips@usace.army.mil. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey.
notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought.
all Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg.
please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected.
alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration.
effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam.
vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam.
to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date3 Mar 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Description: Technical Services
uscgc Alex Haley (wmec-282) - Z12204
evaluation And Repair Fan Unit(s)
1. Objective. The Objective Of This Document Sets Forth The Receipt, Disassembly, Inspections,
condition/test Reports, Overhaul/repair, Reassembly, Testing, Preservation, Packaging, Packing, And
marking Of Navy Standard Fan Unit(s) Used On The U.s. Coast Guard Cutter Alex Haley.
2. References. For Any Listed References To Be Distributed, The Contractor Must Be Registered In The Joint
certification Program (jcp) Through Defense Logistics Agency (dla) And Provide Your Jcp Number
and Expiration Date To The Listed Point Of Contact (poc) For This Work.
2 .1. Specification Order Of Precedence. In The Event Of A Conflict Between The Text Of This Specification
and The References Cited Herein, The Text Of This Specification Shall Take Precedence. Nothing In This
specification, However, Supersedes Applicable Laws And Regulations Unless A Specific Ex Emption
has Been Obtained.
2.2. Government Documents. The Following Specifications And Standards Form A Part Of This
specification To The Extent Specified Herein. Unless Otherwise Specified, The Documents Listed Here
by Number And Date Shall Be Those In The Current Department Of Defense Single Stock Point Of
specification And Standards (dodssp) And Supplements Thereto.
2.2.1.naval Ships Technical Manual (nstm), S9512-a3-mma-010, Chapter 512, Fan,
vaneaxial And Tubeaxial, 1987
2.2.2.federal Standard, Fed-std-595c, Dated 07/31/2008, Colors Used In Government
procurement
2.3. United States Coast Guard Drawings And Publications. The Following Specifications And
standards Form A Part Of This Specification To The Extent Specified Herein.
2.3.1.united States Coast Guard Commandant Instruction (comdtinst) M10360.3 (series),
coatings And Color Manual
2.3.2.united States Coast Guard Technical Manual Tp: 7148-512-a, Dated08/24/2007, Standard
xa Vaneaxial Fan
2.3.3.surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022,
general Requirements
2.3.4.surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3020), 2022,
overhaul Ac Electrical Motors
2.3.5.specification Packaging And Labeling Sp-pp&m Rev D Dated 6/6/11
2.4. Commercial Documents. The Following Documents Form A Part Of This Specification To The Extent
specified Herein. The Documents Shall Be The Version Listed By Number And Date From The
referenced Industry Organization. Commercial Documents May Be Listed In The Department Of
defense Index Of Specifications And Standards (dodiss).
2.4.1.american Society For Testing & Materials (astm) D3951-98, Dated 2004, Standard
practice For Commercial Packaging
2.4.2.international Standard Organization (iso) 2953, 1999, Mechanical Vibration, Balancing
machines, Description And Evaluation
2.4.3.steel Structure Painting Council, Sspc-sp 3, Dated 11/01/1982, Power Tool Cleaning
3. Background. This Requirement Is For The Contractor To Evaluate And Repair The Ventilation Fan(s)
(vaneaxial) Listed Below Table 1 And Section 5. The Fan Units Are Designated As Supply Fan 1-22-2 And
supply Fan 2-40-1.table 1 - Ventilation Fan(s) For Overhaul
system / Fan Number Model Number Location
approximate
dimensions/weight
sl-22-2
al-1/2 Class Z, 1,799
dry Stores (1-23-0-a)
20" Long X 17 .5"
cfm 1.25 Hp Diameter / 160 Lbs.
s2-40-1 Al-1/2 Class Z, 1,450 Salvage Storeroom #4 20" Long X 17 .5"
cfm 1.25 Hp (2-36-0-a) Diameter / 160 Lbs.
4. Tasks. The Contractor Shall Provide Services Of Which Includes But May Not Limited To:
4.1. General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And
in This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This
work Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following
work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or
extensions To The Contract.
4.2. The Contractor Shall Submit A Receiving Inspection Report To The Coast Guard Contracting
officer (ko), Contracting Office's Representative (cor), And Other Listed Points Of Contacts
(pocs) Within 2 Days Of Receiving The Government Furnished Property (gfp). The Report Shall
document The Make, Part Number, And/or Model. This Report Shall Also Include Digital
photographic Documentation Of The Crate And Its Contents.
4.2.1.it Is Assumed That The Fan Unit(s) Will Arrive In A Re-usable Container. In The Event The
container Is Deemed Unusable The Contractor Shall State So As Part Of The Inspection Report And
provide Photo Documentation.
4.3. Inspections, Repair/overhaul And Testing Of The Fan Unit(s) Shall Be Accomplished In Accordance
with The Oem Procedures, Specifications, References, And Standard Practices. The Contractor Shall
conform To All Requirements Specified Throughout This Specification During Performance Of This
contract. In The Event Of A Conflict Between The Text Of This Specification And The References Cited
herein, The Text Of This Specification Takes Precedence. Nothing In This Specification; However,
supersedes Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
4.3.1.the Overhaul Requirements Described Herein Are Considered The Minimumnecessary And Are
not Intended To Replace Any Procedures, Controls, Examinations, Or Tests Normally Employed
by The Contractor To Assure The Quality Of The Product.
4 .3 .2. The Overhaul Of The Fan Unit( S) Is Intended To Return The Unit's Performance And Appearance
to A Condition Capable Of Functioning And Performing In The Same Manner As An Identical New
unit, As Referred To As Serviceable "a" Condition.
4.4. Condition Found Report (cfr).
4.4.1.preliminary Disassembly And Inspection Of Each Fan Unit Shall Be Conducted In Accordance
with Oem Procedures, Specifications, References, And Standard Practices To Determine The
total Estimated Cost To Repair, Including Material, Labor, Testing, Preservation, Packing And
marking (pp&m) Costs. A Cfr Shall Be Submitted To The Ko, Cor, And Other Listed Pocs
within 5 Days Of The Completion Of The Receiving Inspection Report Detailing The Repair Parts
recommended For Replacement And A Total Repair Cost.
4.4.2. The Cfr Shall Be Submitted To The Ko, Cor, And Other Listed Pocs For Review And Approval
prior To The Start Of Any Repair Or Order Of Any Material. The Contractor Shall Also Provide The
replacement Cost Of An Identical New Fan Unit For Comparison To The Overhaul Cost. At A
minimum, Mandatory Replacement Parts Shall Include All Bearings, Bushings, Seals And
gaskets. All Parts That Are Worn, Have An Improper Fit And Or Damaged Beyond The Oem
tolerances, Shall Be Repaired Or Replaced As Determined By The Contractor.
4.4.3.the Detailed Cost Estimate Shall Contain The Following As A Minimum: The Part Number, Nsn
and Serial Number Of The Fan Unit, The Contract Number And Deliveiy Order Number For The Fan
unit, A Listing Of Individual Parts By Part Number, Cost And Quantity, A Listing Of Labor Hoursand Labor Rate To Perform The Overhaul, Testing, And Packaging, The Cost Of An Identical New
fan Unit.
4.4.4.upon Acceptance Of The Cost Estimate And Authorization To Proceed By The Ko, The Contractor
shall Overhaul The Fan Unit In Accordance With The Oem Procedures, Specifications,
references, Standard Practices And The References Cited In Section 2 Of This Specification.
4.4.5.the Government Reserves The Right To Dispose Of The Fan Unit(s) If Is Beyond Economic
repair (ber). The Contractor Will Dispose Of The Unit At A Predetermined Cost To The
government. The Contractor Shall Provide A Scrap Credit To The Government Or A Price To
discard Any Fan Unit Ber.
4.4.5.1. The Coast Guard Ko Will Determine The Disposition Of Any Fan Unit Delivered For
overhaul That Is Beyond Economical Repair (ber).
4.4.5.2. If The Fan Unit Is Ber, The Government Reserves The Right To Purchase An Identical
new Fan Unit From The Contractor.
4.5. Fan- Overhaul. The Contractor Shall Accomplish The Following Tasks For Each Fan Unit, Using
references Sited In Section 2 Of This Specification. The Contractor Shall Test, Remove, Overhaul,
and Balance Each Fan Unit.
4.5.1.disassembly. The Contractor Must Disassemble The Fan Assembly For Overhaul; Follow The
steps Outlined In Tp S9512-a3-mma-010 Chapter 6. Prior To Fan Disassembly, The
contractor Must Measure Air Gap Reading And Bearing Clearances. Submit A Cfr. Take Care
to Match Mark Components To Avoid The Need For Wheel Rebalancing.
4.5.2.cleaning. Clean The Interior And Exterior Fan Assembly Surfaces, Including Housing, Fan
blade, And End Bell Surf Aces By First Using Suction, Then With A Soapy Water Solution, And
fallowed By A Thorough Rinsing Of All Metal Surfaces. Ensure That There Are No Cleaning Fluid
residues Or Injurious Effects On Cleaned Surfaces.
4 .5 .3 .inspection And Documentation. After Surface Preparation And Before Surface Coating, Visually
inspect The Fan Assembly Surfaces Including Bearing Surfaces For Cracks, Areas Of Distortion,
and Deterioration.
4.5.4.preservation. Prepare And Coat The Fan Casing Surfaces In Using The System Specified For
"machinery, Operating Temperatures Under 200-degree F, Unmachined Surfaces" In
comdtinst Ml 0360.3, Appendix B (cutter And Boat Interior Paint Systems). Select
finish/topcoat Color To Match Existing Adjacent Surfaces.
4.6. Motor - Overhaul. The Contractor Shall Accomplish The Following Tasks For Each Ventilation Motor
assembly, Using References Sited In Section 2 Of This Specification.
4.6.1.disassembly. The Contractor Shall Disassemble Each Ventilation Fan Motor From Its Fan.
during Disassembly, Ensure That Each Fan Motor Is Properly Marked To Indicate The Fan It Was
removed From. Remove End Plates And Rotor From Motor Frame. Remove Existing Motor
bearings And Dispose Of Properly.
4.6.2.inspection. The Contractor Must Disassemble, Clean, Inspect, And Test All Fan Motor
components In Accordance With Sflc Std Spec 3020 Paragraph 3.3. Submit Cfr All
performed Inspections And Testing, Including But Not Limited To, Initial Visual Conditions,
initial Insulation Resistance Tests, Winding Tests And Final Acceptance Tests.
4.6.2.1. Rewind Shall Not Be Part Of The Overhaul Process Unless Test Results By The
contractor Support Rewind And Is Approved By The Cor. High Potential Tests Shall Only
be Performed For Ventilation Fan Motors Which Require Rewind.
4 .6 .3 .re-assembly. Renew All Motor Bearings In Accordance With Sflc Std Spec 3 02 0 Paragraph
3.4.3. The Contractor Must Reassemble The Motor In Accordance With Sflc Std Spec 3020
paragraph 3.4.6. The Contractor Must Perform Motor Testing In With Sflc Std Spec 3020
paragraph 3 .5.
4.7. Fan And Motor Assembly Restoration. The Contractor Shall Reassemble Each Fan And Motor
assembly Using New Gaskets And Stainless-steel Hardware; Couple The Fan To The Motor Assembly.
renew All Original Data Or Label Plates After Completing External Preservation. A Separate Labelplate Made Of Similar Material As The Original Label Plate Shall Be Attached To The Fan Unit Stating
the Contractor's Name, Contract Number And Date Of Overhaul.
4.8. Dynamic Balancing. The Contractor Shall Dynamically Balance The Rotating Elements Along With
associated Equipment As A Unit (fan Blade And Motor Installed And In Casing), In Accordance With
iso 2953. Submit A Written Balance Report.
4.9. Operational Test- Post Repairs. After Completion Of Work, The Contractor Shall Conduct An
operational Test Of Each Fan And Motor Assembly To Prove Satisfactory Operating Condition.
perform An Operational Test Of Each Overhauled Ventilation Fan, Ensuring The Fan Operates In The
correct Direction, With No Excessive Vibration Or Noise. Operate The Fan Assembly At Its Rated Speed
for 30 Minutes. Measure And Record The Overhauled Tube Axial Fan's Cfm Output To Verify It Is
within The Manufacturer's Rated Tolerances. Submit A Cfr.
4.10. Preservation, Packing, And Marking. The Overhauled Fan Unit Shall Be Delivered To The
coast Guard Completely Assembled And In A Ready To Operate Condition And Configuration. The
contractor Must Return To The Appropriate Uscg Representative Via Delivery Or Third-party
shipping. Contractor Must Provide Any New Gaskets For Connections. The Fan Unit Must Be
packaged That Protects It From Moisture, Rain, Rust, Corrosion, And Vibration, Which May Constitute
a Standard Export Wooden Box With Plastic Foam. The Fan Unit Shall Be Completely Sealed Within A
6 Mil (minimum) Clear Plastic Bag, With Sufficient Units Of Desiccant To Prevent Moisture Build Up
and Corrosion
5. Government Furnished Property.
5.1.ventilation Fan (vaneaxial), Model Al-1/2a4w5, Qty 2
6. Security Requirement. Base Access Is Not Required. If Needed, Contractor Shall Have A Valid
government Issued Id (or Driver's License) And Show Identification At The Security Gate. A Coast Guard
representative From The Cutter Or Product Line Will Sponsor And Escort Vendor To The Cutter. The
contractor Must Coordinate Any Base Access With The Designated Point Of Contact Ahead Of Time To
ensure Administrative Processing.
7. Place Of Performance. Contractor's Repair Facility.
8. Period Of Performance. 5-may-2025 To 5-june-2025
9. Points Of Contact.
9 .1. Uscg-sflc-lrepl Asset Management: Ltjg Mikael Axelsson, Mikael.j.axelsson@uscg.mil,
(510) 493-1827
10. Contractor's Proposal.
10.1. Documentation. The Contractor Must Include At Least The Following In Their Proposal For
this Requirement: Basic Information (name, Company Name, Contact Details, The Date, Unique
entity Id), Company Overview And Relevant Qualifications, Past Performance, Scope Of Work For
the Tasks And Deliverables, Project Timeline, Cost Including A Breakdown Of The Cost Of Each Item
or Service, Terms And Conditions, Attachments/bid Sheet, Description Of Subcontractors (if Any), And
signature Of The Authorized Person.
10.2. Proposal Evaluation Criteria. Award Of This Requirement Shall Be Made To The Vendor
whose Proposal Offers The Greatest Value To The Government Regarding Price, Ability To Meet All
technical Requirements Of The Specification, And Past Performance.
11. Notes.
11. 1. Vaneaxial Fan Data - Supply Fan 1-22-2
o Model: Xa1-1/2a4w6, 1.25 Hp, Single Speed, 3600 Rpm For 440vac/60hz/3-
phase, Steel Housing And Aluminum Impeller, Fixed Pitch Vaneaxial, Motor Shall
conform To Ieee-45 Specifications And Rated For 65-degree Celsius Ambient Operation.
o Serial Number: N-1248 Item 16vaneaxial Fan Data - Supply Fan 2-40-1
12. Photos.
o Model: Xa1-1/2a4w6, 1.25 Hp, Single Speed, 3600 Rpm For 440vac/60hz/3-
phase, Steel Housing And Aluminum Impeller, Fixed Pitch Vaneaxial, Motor Shall
conform To Ieee-45 Specifications And Rated For 65-degree Celsius Ambient Operation.
o Serial Number: Sn14955-01-08
12.1. Motor Data For Supply Fan 1-22-2.
Closing Date5 May 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Environmental Service
United States
Details: Sources Sought Notice
department Of Homeland Security
united States Coast Guard
district 17 Environmental Remediation Idiq
notice Type: Source Sought Synopsis
solicitation: District 17 Environmental Remediation Services Multiple Award Contract
response Date: 15 Jan, 2025 @ 1000 Akst
naics Codes: 562910, Environmental Remediation Services With A Small Business Size Standard Of 1,000 Employees
contracting Office: United States Coast Guard, Shore Infrastructure Logistics Center
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Invitation For Bid. This Is A Market Research Tool Used To Identify Potential 8(a) Firms Capable Of Performing Services As Described Herein.
the Department Of Homeland Security (dhs) U.s. Coast Guard (uscg), Shore Infrastructure Logistics Center (silc) Contracting Office, In Support Of Civil Engineering Unit (ceu) Juneau’s Environmental Management Branch, Is Seeking Eligible 8(a) Firms Interested And Capable Of Performing On A Professional Environmental Remediation Services Multiple Award Task Order Contract (matoc) Indefinite Delivery Indefinite Quantity (idiq) In The State Of Alaska.
the Uscg Contemplates An 8(a) Set Aside For Firms Based In And/or With Experience, Performing Environmental Remediation Services In Alaska. Firms Must Be Well Versed In State Of Alaska Environmental Regulations. The Uscg Contemplates A Wide Range Of Environmental Services Including, Remediation, Consulting And Engineering. Naics Code 562910 Will Be Used With A Small Business Size Standard Of 1,000 Employees. Responses To This Sources Sought Will Aid The Uscg In Selecting Responsible Firms Within The Current Marketplace Able To Provide These Services. Services Will Be Procured On An As-needed Basis For Routine And Emergent Requirements. The Contracts Offer A Streamlined Approach To Contracting And Ongoing Competition Between Qualified Contractors.
scope Of Work: See Attachment B: Statement Of Services Env Idiq_draft
the Selected Contractor(s) Will Be Responsible For All Management, Labor, Supervision, Engineering, Design, Materials, Equipment, Tools, Parts, Supplies, And Transportation To Perform All Of The Services Described In The Statement Of Services, Performance Work Statement, And/or Statement Of Work, Drawings And Specifications Provided For Each Individual Project.
award Type/capacity:
the Duration Of The Environmental Remediation Services Idiq Is Projected To Be One (1) Year From The Date Of Contract Award With Two (2) Three-year Option Periods With Negotiated Rates For Each Calendar Year Within The Ordering Period. The Total Capacity Of This Ordering Tool Is Anticipated Not-to-exceed $45,000,000 ($45 Million) For The Life Of The Contract.planned Projects Awarded On This Idiq Are Estimated In Excess Of $50,000 Up To $10 Million; However, Smaller And Larger Dollar Value Projects May Be Considered.
the Primary North American Industry Classification System (naics) Code For This Procurement Is 562910, Environmental Remediation Services, And The Small Business Size Standard Is 1,000 Employees. The Contract(s) Will Include Far Clause 52.219-14 Limitations On Subcontracting, Which States For “services (except Construction), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract”.
please Provide Responses In Attachment A – D17env Sources Sought Response And Return Responses Tosmb-ceujuneau-akenv@uscg.mil.
Closing Date15 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far 12, Acquisition Of Commercial Items, Far Subpart 13, 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. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective January 3, 2025.
this Solicitation Is Issued As A 100% Small Business Set-aside.
the Applicable North American Industry Classification Standard Code Is 722310. The Small Business Size Standard Is $47m.
all Responsible Small Business Sources May Submit A Quotation, Which Shall Be Considered By The Agency.
these Services Are Being Solicited Under Rfq Number 70z08425qaa52100.
please Carefully Read And Complete The Entire Solicitation Document.
the Following Information Is Highlighted For Your Attention:
1. Be Sure To Complete All Required Prices Set Forth In The Attachment 2 Price Schedule, Unit
Price And Total Amount Information Required.
2. Be Sure To Read Far Provision 52.212-1 Instruction To Quoter – Commercial Items.
3. Be Sure That Your Offer Reaches This Office By The Time And Date Specified And/or Any Amendments
Thereto.
site Visit: A Site Visit For This Requirement Is Going To Be Held On 08 May 2025 At 10 Am At Uscg San Jaun Pr With The Cor, Lt Baker Camechie. Contractors Will Meet With The Cor At The Front Gate Pass And Id Office. Please Contact The Cor To Rsvp By 05 May 2025 12 Pm At Camechie.e.baker@uscg.mil. Provide The Names Of Person Attending The Site Visit, Company Name And Phone Number. The Government Is Not Responsible For Costs Associated With The Site Visit.
questions: Questions Shall Be Submitted By 2:00 Pm Et, May 9, 2025 Via Email To The Contract Specialist, Shelbie Phillips At Shelbie.j.phillips@uscg.mil Telephone Questions Will Not Be Accepted.quoter Shall Reference The Solicitation Number And Provide Enough Information In Their E-mail So The Government Can Easily Respond To Their Questions/concerns. All Questions/concerns Will Be Compiled And Addressed On An “amendment Of Solicitation” And Will Be Posted On The Sam.gov Website For Viewing By All Potential Quoter.
due Date: Quote Shall Be Submitted By 2:00 Pm Et, Friday, May 16, 2025 Via Email To Shelbie Phillips At Shelbie.j.phillips@uscg.mil And Luis Torres Via Email To Luis.j.torres@uscg.mil Facsimile Submission Is Not Authorized Under This Announcement.
failure To Complete The Solicitation Documents And Amendments As Required May Result In Delay Of Award Or Determination That Your Offer Is Not Responsive.
*only Send Questions/concerns To The Contract Specialist Listed Above Or, If Not Available, To The Primary Contracting Officer Listed In This Solicitation. Do Not Ask Or Submit Questions/concerns Regarding This Solicitation To Any Other Uscg Or Government Personnel (e.g., Cor, Program/project Manager, Etc.).*
procuring Contracting Office: The U.s. Department Of Homeland Security, U.s. Coast Guard, Logcom 95, 300 East Main Street, Suite 900, Norfolk, Va 23510-9112 Is Authorized To Order Supplies/services Stated Herein. Communications Pertaining To Contractual Matters Shall Be Addressed To One Of The Contracting Officers (ko) Listed Below. Changes In, Or Deviations From, The Statement Of Work Or Terms And Conditions Of The Contract Shall Not Be Effected Without Written Modification To The Contract As Executed By A Uscg Logcom-95 Contracting Officer.
contracting Officer: Luis Torres E-mail: Luis.j.torres@uscg.mil
point Of Contact: Serves As The Point Of Contact Between The Contractor And The Contracting Officer(s); However, This Person Does Not Have A Warrant That Provides The Authority To Contractually Commit The Government Or To Modify Any Terms And Conditions Of A Contract.
point Of Contact: Shelbie Phillips, Contract Specialist E-mail: Shelbie.j.phillips@uscg.mil
see Attached Documents For Additional Information.
Closing Date16 May 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others...+2Civil And Construction, Pipe Line Project
United States
Details: Technical Services
uscgc Alex Haley (wmec-282) – Z12204
dive Services - Cofferdams
1. Objective. The Objective Of This Requirement Is To Conduct Pipe Repairs On The Fire-main System On
uscgc Alex Haley.
2. References.
2.1. Comdtinst 9077.1 (series), Equipment Tag Out Procedures
2.2. 282-wmec-120_002, Details Of Sea Inlet Boxes Main Machinery Room
2.3. 282-wmec-120_004, Hull Penetration Drawing
2.4. 282-wmec-545_003, Location Of Sea Connections
2.5. Surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), General
requirements
2.6. Naval Sea Systems Command (navsea) S0600-aa-pro-160, 8/15/2008, Underwater Ship
husbandry Manuals - Chapter 16 (cofferdams)
3. Background. There Are Leaks In A Section Of Piping For The Ship’s Fire-main System. Prior To Pipe
repairs, Cofferdams Must Be Installed By Divers To Provide Double-valve Protection. The Cofferdams
must Be Removed At The Conclusion Of Pipe Repairs. This Requirement Is For The Contractor To Install And
remove Cofferdams For Pipe Repairs.
4. Tasks. The Contractor Shall Provide Material And Labor Services To Install And Remove Cofferdams For
sea Connections, Of Which Includes But May Not Limited To:
4.1. The Sea Connections And Locations Requiring Services For Cofferdams Are Listed In Table 1.
4.2. Submit A Detailed Plan To The Contracting Officer (ko) And Technical Pocs At Least 48 Hours Prior
to Any Dive Operations, In The Form Of A Condition Found Report (cfr).
4.2.1. Conduct A Ship Check And Dive Brief(s) With Ship’s Crew. Perform A Walkthrough To Ensure
necessary Equipment For Dive Operations Is Tagged Out In Accordance With Reference 2.1 And
ship’s Instruction.
4.2.2. Within 24 Hours Of Completing Dive Operations, Provide A Cfr Stating The Status Of The
cofferdams And Plugs.
table 1. Sea Connection Locations And Descriptions
location Description
frame 28, Port-side 8” X 12” Nb Stubpipe Bilge Discharge
4.3. Cofferdam Fabrication And Installation.
4.3.1. The Contractor Shall Fabricate And Install A Cofferdam (blank Cover) Over The Sea Connections
in Table 1.
4.3.2. Cofferdam Fabrication And Installation Shall Be Accordance With The Navsea S0600-aapro-
160.
4.3.3. Inspect The Structure Surrounding The Cofferdam For Deterioration And Corrosion And Submit A
cfr To The Coast Guard Inspector.
4.4. Cofferdam Removal.
4.4.1. After Completion Of Associated Work, The Contractor Shall Remove Cofferdam And Plugs.
restore All Surfaces To Its Original Operating Condition.
4.4.2. The Ko And/or The Technical Pocs Shall Notify The Contractor At Least 48 Hours Prior To
request For Removal Of Cofferdam And Plugs.
4.5. Pier Limitations.
4.5.1. The Fuel Pier Has A Weight Limit Of 13,000 Pounds. Contractors Must Inform Technical Pocs
of The Combined Weight Of Their Dive Trailer And Equipment. If Exceeding This Limit,
contractors Must Submit A Plan To The Ko And Technical Pocs Outlining How They Will
accommodate Dive Operations.
5. Government Furnished Property.
5.1. None
6. Security Requirement. Base Access Is Required. Contractor Shall Have A Valid Government Issued Id
(or Driver’s License) And Show Identification At The Security Gate. A Coast Guard Representative From
the Cutter Or Product Line May Sponsor And Escort Vendor To The Cutter.
7. Place Of Performance. Uscg Base Kodiak, 5th St, Kodiak, Ak 99619
8. Period Of Performance. 10-apr-2025 To 15-jun-2025
9. Points Of Contact.
9.1. Uscg-sflc-lrepl Asset Management: Ltjg Mikael Axelsson, Mikael.j.axelsson@uscg.mil,
571-607-1134
9.2. Uscgc Alex Haley Engineer Officer: Lt Sean Meibers, Sean.m.meibers@uscg.mil, 571-
608-6153
see Sow Attachment As Well
“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).
contracting Officers Will Not Consider The Following Representations When Making Award Decisions Or Enforce Requirements:
paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services;
paragraphs (b)(33), (b)(34), (e)(1)(ix), And (e)(1)(x) Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services;
paragraphs (e)(1)(ii)(i) And (e)(1)(ii)(j) Of Alternate Ii Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; And
paragraphs (a)(1)(vii) And (a)(1)(viii) Of 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services).
entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.”
Closing Date31 Mar 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Combined Synopsis/solicitation For Construction Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued.
the Solicitation Number Is 37130pr250000025-01. Applicable North American Industry Classification Standard (naics) Codes Are:
238220 Plumbing, Heating, And Air-conditioning Contractors.
this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value.
when Submitting Your Proposals, Request A Price Breakdown Of The Following:
cost Of Materials And Equipment
cost Of Labor
contract Will Be Awarded To The Vendor Who Can Provide Best Value Which Includes All Labor, Material, Cost And Equipment Required Within The Sow. Cost And Past Performance Factors Will Also Be Considered When Selecting The Award.
anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 April 2025
quotes Are To Be Received No Later Than Close Of Business (3 P.m.) On 04 April 2025 And Are To Be Sent Via E-mail To Angel.melendez@uscg.mil
quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To:
commanding Officer
uscg Base Miami Beach (p&c)
attn: Angel Melendez
909 Se 1st Ave, Room 512
miami, Fl 33131.
telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In Fedbizops (www.fbo.gov).
wage Determinations: Fl20240184 01/05/2024
scope Of Work:
scope Of Work
department Of Homeland Security
united States Coast Guard
u.s. Coast Guard Sector St. Petersburg
600 8th Ave Se
st. Petersburg, Fl 33701
statement Of Work For
hvac Ducting Insulation Repairs
located At:
1301 Beach Dr Se
st. Petersburg, Fl 33701
general Requirements
part 1
general
intent: The Intent Of This Project Is To Inspect, Repair, And Reinsulate About 150 Feet Of 24”x32” Hvac Ducting At The Coast Guard Deers And Aton Offices Located At 1301 Beach Dr Se, St. Petersburg, Fl 33701.
scope Of Work: The Contractor Shall Provide All Labor, Materials, And Equipment To Meet All Specifications To Affect Hvac Ducting Repairs.
qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements. All Personnel Shall Have An Understanding Of Hvac Duct Insulation Repairs.
continuity Of Facilities Operation: Contractor Shall Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Designated Representative.
government Furnished Materials: None
part 2
performance Standards
performance Requirements: Contractor Shall Complete The Following:
remove Existing Insulation From 150 Feet Of 24”x32” Hvac Ducting.
inspect Condition Of Ducting.
reseal Ducting Where Necessary.
apply New Insulation On 150 Feet Of 24”x32” Hvac Ducting And Duct Hangers.
replace One 20-foot Run Of 8” Flex Ducting.
site Visit: Site Visits Are Recommended. All Site Visits Should Be Scheduled With The Contracting Officer, Facilities Engineer And/or Their Designated Representative.
performance Standards: The Cotr Or Contracting Officer May Inspect, At Any Time, The Progression Of Work To Ensure Compliance With The Contract. The Proper Adherence To All Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services.
deliverables: Should Any Discrepancies Be Found During Inspections That Would Incur Added Cost Outside Of This Standard Scope Of Work, Contractor Shall Provide A Detailed Quote For Repairs Within 72 Hours To The Unit Poc.
liability Of Damages: The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others.
points Of Contact:
Primary Poc: Cwo Justin David
Email: Justin.h.david@uscg.mil
Phone: (727) 824-7609
Secondary Poc: Mkc Aaron Schwartz
Email: Aaron.h.schwartz@uscg.mil
Phone: (904) 545-9629
Tertiary Poc: Dcc Timothy Bakels
Email: Timothy.g.bakels@uscg.mil
Phone: (727) 824-7599
end Of Section
performance Period: Performance Of Work Is Expected To Commence Nlt 10 Days After Award Is Made. Extension Period Must Be Approved By The Contracting Officer For Any Unforeseen Delays.
site Visit: It Is Highly Recommended And Encouraged That Interested Party’s Contact Cwo Justin David For A Site Visit Which Will Be Held On
thursday March 27, 2025 At 09:00am Est. For Questions On Site Visit Contact Mr. David Via Email Justin.h.david@uscg.mil Or Via Phone At (727) 824-7609
**all Questions And Answers Will Not Be Accepted After 01 April 2025 At 10:00am Est.
applicable Far Clauses
far 52.213-4: 52.213-4 Terms And Conditions-simplified Acquisitions (other
than Commercial Items).
attached By Reference
52.222-6 Construction Wage Rate Requirements
52.236-2 Differing Site Conditions (april 1984)
52.236-3 Site Investigation And Conditions Affecting The Work (april 1984)
52.236-27 Site Visit (construction) {feb 1995)
work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 6 Pm) No Weekends Or Holidays Authorized.
see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov.
vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
Closing Date4 Apr 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Aerospace and Defence
United States
Details: Sources Sought Notice: 19inle25i0002 - New Interceptor Boats For The Ecuadorian Coast Guard (coguar)
(pcs: 1925; Naics: 336612)
background:
the Bureau Of International Narcotics And Law Enforcement Affairs (inl) Leads The U.s. Department Of State’s (dos) Anticrime And Counter-narcotics Efforts. Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States, Its Citizens, And Partner Nations By Providing Effective Foreign Assistance And Fostering Global Cooperation. Inl Supports Our Partner Nations’ Efforts To Stabilize And Strengthen Their Security Institutions To Build A Global Security Capacity For Combating Drug Trafficking And Other Transnational Crimes Such As Money Laundering And Criminal Gangs.
the Ecuadorian Navy Provides Defense And Security In All Jurisdictional Maritime Spaces; Develop Maritime Control Capabilities; And Contribute To The Defense Of Sovereignty, Territorial Integrity, And National Security. The Ecuadorian Coast Guard (coguar) Falls Under The Navy. Its Mission Is To Control Maritime Activities In Ecuador And Is Considered Maritime Police.
this Sources Sought Notice Is Issued For Planning Market Research Purposes Only, And Does Not Constitute A Solicitation For Proposals, Offers, Bids, And/or Quotes. This Is Not An Announcement Of A Forthcoming Solicitation, Or Confirmation That The Government Will Contract For The Items Contained In The Sources Sought, Nor Is Any Commitment On The Part Of The Government To Award A Contract Implied. Responses To This Notice Will Assist The Government In Identifying Potential Sources And In Determining If A Service-disabled Veteran Owned Small Business (sdvosb), Small Disadvantaged Businesses 8(a), Historically Underutilized Business Zone Small Business (hubzone), Or Women-owned Small Business (wosb) Set-aside Of The Solicitation Is Appropriate, And In Determining Whether This Approach To Securing Contracting Support Is Practicable. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Sources Sought. Responses To This Notice Will Not Be Returned.
the Following Information Is Requested In This Rfi/sources Sought:
1. Company Name, Point Of Contact, Phone Number, And Address;
2. Uei Number And Cage Code;
3. Interest In Nature Of Participation [e.g., Prime Contractor, Teaming Partner, Primary Subcontractor];
4. Sdvosb/hubzone/8(a)/wosb Certification For Applicable Naics;
5. Statement Of Capabilities Applicable To This Requirement;
6. Three Examples Of Relevant And Recent (with Last Three Years) Past Performance;
7. Questions, Clarifications And/or Recommendations To Inl To Inform A Subsequent Notice Of Funding Opportunity.
interested Contractors May Provide The Above Information Via E-mail To The Addresses Listed Below. Information Submitted Must Be In Sufficient Detail As To Allow For A Thorough Government Review Of Firm's Interest And Capabilities. This Information Is Due No Later Than Friday, April 11, 2025 At 5:00 Pm Est.
primary Point Of Contact:
michele Coccovizzo
senior Contract Support Specialist
coccovizzoml@state.gov
secondary Point Of Contact:
margaret R. Gaudreau
contracting Officer
gaudreaurm@state.gov
scope Of Work
inl Quito Ecuador Has Determined The Need To Provide Four (4) New And Modern Interceptor Boats For The Coguar As An Essential Upgrade To The Ecuadorian Navy’s Capacity To Exercise Its Core Missions.
the Four (4) New Interceptor Boats Should Be Similar Or Exceed The Technical Specifications Of The Polyester Reinforced Fiber Glass Maritime Patrol And Interdiction Boats – Brand Name Eduardoño. Two (2) Military Patrol Boats 320 (ref. E32b-mil) And Two (2) Military Patrol Boats 380 (ref. E38b-mil). Refer To Appendix A For Detailed Information And Minimum Technical Specifications Of Each Boat.
all Materials, Equipment, And Accessories Part Of Each Boat Shall Be New, Unopened, And Must Meet Or Exceed The Specifications Detailed.
refurbished, Used, Or Recycled Materials, Boats, Equipment, Or Accessories Are Not Acceptable.
delivery
the Vendor Is Responsible For The Appropriate Packing And Safeguarding Of Each Boat For Delivery, Including All Items Listed In The Attached Appendix A As Well As All The Technical And Operator’s Manuals, Checklists To Properly Operate The Boats.
the Vendor Is Required To Deliver The Boats, Equipment, And Accessories In Fully Operational Condition And At The Delivery Place Specified In This Statement Of Work (sow).
the Technical Packing Of Each Boat Must Include But Is Not Limited To The Following:
disconnect Batteries From The Electrical System.
secure Loose Gear To Prevent Shifting During Shipment.
secure The Boat To A Trailer.
secure Equipment Such Engines, Lights, Etc. As Necessary To Prevent Movement During Shipment.
remove Flammable Liquids If Required To Comply With Transportation Requirements.
lower Radome And Antennas In The Stowed Position.
ensure No More Than 10 Gallons Of Fuel Remains In The Tanks.
place Boat Cabin Keys In A Secure Protected Compartment.
use Protective Shrink Wrap To Cover The Boat Down To Collar And Outboard Engines.
the Vendor Shall Ensure That All Items Are Prepared For Safe Shipment And Include All Necessary Export Approvals, Required Material Data Safety Sheet, Licenses, And Customs Paperwork.
the Vendor Shall Notify The Inl Designated Contracting Officer Representative (cor) No Later Than 30 Calendar Days Before The Boats Are Ready For Delivery So Inl Can Coordinate Inspections And Acceptance.
original Equipment Manufacturer (oem) Technical Assembling And Put Into Operation Of Each Power Boat And Onboard Equipment Is Responsibility Of The Vendor.
the Vendor Shall Cover All Expenses Of Its Technical Personnel/staff, Traveling To The Delivery Location Where They Will Perform All Necessary Work To Complete Unpacking, Oem Technical Assembling, And Putting Into Operation Each Boat. The Contractor Shall Provide All Necessary Tools, Devices Or Machines Needed For Its Technical Personnel To Perform Oem Technical Assembling Of Each Boat. The Vendor Is Also Responsible To Provide All Qualified Personnel Required To Lower The Boats Into The Water And Ensure The Boats Are Fully Operational.
delivery Date
vendor Must Deliver The Four (4) Boats No Later Than Twelve (12) Months After Purchase Order Is Awarded. Please Refer To Section 4 Of The Sow For Further Details.
inspection And Acceptance
interim Factory Inspection:
once The Boats Construction Has Been Completed, Designated Inl Cor Will Perform An Interim Inspection At The Factory Prior Shipment. The Intent Of This Inspection Is To Identify Any Defects Or Problems At The Factory And Allow The Vendor To Address And Correct Any Defects Or Problems Prior Shipping To Delivery Location In Ecuador.
final Testing And Acceptance:
testing Of Each Boat Will Be Conducted At The Delivery Location (guayaquil, Ecuador) Following Guidelines And Standards Of The American Bureau Of Shipping (abs).
the Vendor Shall Provide A Sea Trials Checklist To The Designated Inl Cor No Later Than 30 Calendar Days Before Delivery Of The Boats. The Cor, Together With The Ecuadorian Navy, Will Evaluate And Validate The Checklist Prior Testing Of Each Boat.
vendor Qualified Representatives Shall Conduct The Sea Trials In The Presence Of Ecuadorian Coast Guard Technical Representatives, Inl Designated Cor, And Inl Technical Representatives. Sea Trials And Testing Will Serve To Ensure All Requirements Of This Sow Are Met. The Coguar Will Provide The Necessary Fuel To Complete The Testing Of Each Boat.
only After All Operational Testing Is Completed For Each Boat And The Results Are In Accordance With The Requirements Of This Sow, The Designated Inl Cor Will Accept The Boats For The United States Government (usg). The Usg Will Pay The Vendor Only After Acceptance By The Designated Inl Cor.
type Of Contract
this Is Proposed As A Firm Fixed Price Contract.
please See Attached Statement Of Work And Appendix A For Additional Details
Closing Date11 Apr 2025
Tender AmountRefer Documents
5611-5620 of 5620 archived Tenders