ACTIVE SEWAGE TANK CLEANING SERVICE

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Washington
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: May 25, 2023
Due: May 25, 2023
Solicitation No: 52000PQ230019577
Publication URL: To access bid details, please log in.
Follow
ACTIVE SEWAGE TANK CLEANING SERVICE
Active
Contract Opportunity
Notice ID
52000PQ230019577
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 25, 2023 06:06 pm EDT
  • Original Published Date: May 19, 2023 03:58 pm EDT
  • Updated Date Offers Due: May 25, 2023 09:00 pm EDT
  • Original Date Offers Due: May 24, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 09, 2023
  • Original Inactive Date: Jun 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Port Angeles , WA 98362
    USA
Description

This is a combined synopsis/solicitation Nr 52000PQ0019577 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 562991. All responsible 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:






  1. SCOPE:





Dates: May 28th, 2023



Project Address: 1 Ediz Hook Rd, Port Angeles, WA 98362



Time: 0800 start time






    1. Labor:


      1. Certified Marine Chemist to Gas Free tanks for contractor access.

      2. Technicians to clean sewage and grey water tanks.

      3. Interface with CG Rep.










  1. REQUIREMENTS:


    1. Contractor will provide necessary equipment and personnel to Gas Free, clean the designated tank and internal float switches, transport, and dispose of all cleaning residue at an approved disposal facility.

    2. The tanks are steel with tank access covers and are connected, sharing the center tank wall. The tank dimensions are 8’ wide x 5’ tall x 7’ deep (sewage) and 2’ wide x 5’ tall x 7’ deep (grey water).

    3. A CG Rep will be responsible for tagging out the system, directing contractors to sewage tank, and assisting with any questions about the system.








  1. REFERENCES:




  1. DISCREP: 23010 - #2 Sewage Ejector Pump Failure

  2. DISCREP: 23016 - #2 Sewage Vacuum Pimp Seal Failure

  3. NCWR 20220003

  4. Drawing 618-WMEC_185_1_1 REV.K





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 UEI and Cage Code.



Quotes must be received no later than 24 MAY2023 at 12:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to Ashlee.n.lindsay@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 Damon D. Jones via email Damon.D.Jones@uscg.mil and Miss. Ashlee Lindsay via email: Ashlee.n.Lindsay@uscg.mil.



PROVISIONS / CLAUSES:



The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:



FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)



FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.



FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .



FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.



FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)



FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (UEI) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).



Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.



The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.



FAR 52.222-3 - Convict Labor (Jun 2003)

FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)

FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26 - Equal Opportunity (Sep 2016)

FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)

FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)

FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)

FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.225-1 - Buy American Supplies (May 2014)

FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)

FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)

FAR 52.233-3 - Protest After Award (Aug 1996)

FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)



*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.


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

May 19, 2023[Combined Synopsis/Solicitation (Original)] ACTIVE SEWAGE TANK CLEANING SERVICE
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow General Services Administration (GSA) seeks to lease office space in Ellensburg, WA

Federal Agency

Bid Due: 5/10/2024

Follow Project 668-CSI-008, Expand and Renovate Building 27 for Additional MRI Active Contract

Federal Agency

Bid Due: 5/06/2024

2022-126 RFP Monthly Utility Bills Printing and Mailing Services Closes 06/16/ 2022 @2:00

Kitsap County

Bid Due: 6/16/2024

Solicitation Title Solicitation Type Status Posting Date Open Date Close Date Details KC001060,1

King County

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.