Licenses, Work Management Platform
Agency: Snohomish County [WA]
Location: Washington
NAICS: Not Provided
| Agency | Surface Forces Logistics Center |
|---|---|
| Deadline | 05/15/26 |
| Posted | 05/11/26 |
| Estimated Value | $30,000 - $90,000 (AI estimate) |
| Set Aside | SBA |
| NAICS | 336611 - Ship Building and Repairing |
| PSC | J020 - Maint/Repair/Rebuild Of Equipment- Ship And Marine Equipment |
| Location | Ilwaco, WA 98624 United States |
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)
Firm Fixed Price Purchase Order
This solicitation is a Small Business Set-Aside.
Quotes will be evaluated based on the following factors:
The offeror's ability to perform the services described in the Performance Work Statement.
The offeror's record of relevant and recent past performance. - Price:** Fair and reasonable pricing.
For any questions regarding this solicitation, please contact:
- Name: Joshua Richardson - Email: Joshua.C.Richardson2@uscg.mil
- Name: Mitchell Sabo - Email: Mitchell.T.Sabo@uscg.mil
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 - Unit: National Motor Lifeboat School
47' Motor Lifeboat (MLB)
47283 and 47284 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):
Vessel Haul-Out and Transport - Safely haul out the MLB from the water at a time coordinated with the USCG POC. - Transport the vessel to the contractor's designated work/storage area. - Securely place the vessel on appropriate blocks in a manner that ensures stability and provides safe access for USCG personnel.
Vessel Storage and Protection** - Provide secure, on-site storage for the MLB for the duration of the engine repair work, up to 60 days per vessel. - Ensure USCG personnel have access to the vessel during the contractor's normal business hours.
Crane Services for Engine Removal and Installation** - Provide a certified crane and a licensed operator for two separate crane lifts. - Lift 1 (Removal):** In coordination with the USCG POC, the contractor shall lift the engine from the vessel and place it on a government-provided pallet or stand at a designated location on-site. - Lift 2 (Installation):** Upon completion of repairs by the government and in coordination with the USCG POC, the contractor shall provide a second crane lift to reinstall the engine into the vessel. 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 - USCG personnel will be solely responsible for the removal of soft patches and the disconnection of the engines from the vessels' systems prior to removal. - USCG personnel will be solely responsible for the connection of the engines to the vessels' systems after reinstallation. - USCG personnel will perform all inspection and repair work on the removed engines. - The Government will provide any necessary pallets or stands for the removed engines. 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
It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
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. - 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.
Background The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is issuing this combined synopsis/solicitation for commercial services to facilitate the overhaul of the main diesel engines aboard two 47-foot Motor Lifeboats (MLB), hull numbers 47283 and 47284. The goal of this contract is to ensure that both engines are safely removed, overhauled, and reinstalled in a timely manner, thereby supporting the operational readiness of the vessels. Work Details The Contractor shall provide all necessary personnel, labor, materials, equipment, transportation, and supervision to complete the following tasks for each vessel (47283 and 47284): 1. Vessel Haul-Out and Transport: - Safely haul out the MLB from the water at a time coordinated with the USCG Point of Contact (POC). - Transport the vessel to the contractor's designated work/storage area. - Securely place the vessel on appropriate blocks ensuring stability and safe access for USCG personnel. 2. Vessel Storage and Protection: - Provide secure on-site storage for each MLB for up to 60 days during engine repair work. - Ensure USCG personnel have access to the vessel during normal business hours. 3. Crane Services for Engine Removal and Installation: - Provide a certified crane and a licensed operator for two separate crane lifts: - Lift 1 (Removal): Coordinate with USCG POC to lift the engine from the vessel and place it on a government-provided pallet or stand at a designated location. - Lift 2 (Installation): After repairs are completed by USCG personnel, provide a second crane lift to reinstall the engine into the vessel. Period of Performance All work shall be completed within 30 days of contract award. Work will be performed during normal business hours unless otherwise coordinated with the USCG POC. Place of Performance Services shall be performed at the Contractor's facility located within 30 miles of Ilwaco, Washington.
| Contact name | Joshua Richardson |
|---|---|
| Contact email | joshua.c.richardson2@uscg.mil |
| Contact phone | None |
Agency: Snohomish County [WA]
Location: Washington
NAICS: Not Provided
Agency: Beverly Water District [WA]
Location: Washington
NAICS: Not Provided
Agency: Scj Alliance [WA]
Location: Washington
NAICS: Not Provided
Agency: Thurston PUD [WA]
Location: Washington
NAICS: Not Provided