SPECIAL NOTICE
J -- USCGC Anvil Main Diesel Engine Assistance
- Notice Date
- 7/29/2025 8:55:51 AM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08525Q0028850
- Response Due
- 8/4/2025 8:00:00 AM
- Archive Date
- 08/19/2025
- Point of Contact
- Justin Wooldridge, Phone: 2068205327, Lindsay Mongiovi, Phone: 5716086752
- E-Mail Address
-
justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil
(justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- USCGC Anvil Diesel engine Assistance. Posting for informational purposes only awarded VIA JOTFOC. SCOPE OF WORK U. S. COAST GUARD CUTTER ANVIL IF ONSITE TECHNICAL SUPPORT (CASREP RESPONSE) SECTION 1 � GENERAL INFORMATION 1.1 Scope of Work KTR shall provide services related providing shipboard technical support, providing technical guidance to complete repairs to ANVIL�s #1 Main Diesel Engine and #2 Main Diesel Engine along with making any additional recommendations to facilitate repairs and conduct dockside and underway sea trials in support of the Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engines 1.1.2 Place of Performance: 1.1.2.1 Unit: USCGC Anvil 196 Tradd Street Charleston, SC 29401 1.1.3 Contracting Officer (KO): 1.1.3.1 Name: Unit: USCGC ANVIL PH: FX: N/A E-mail: 1.1.4 Contracting Officers� Technical Representative: 1.1.4.1 Name: LT Thomas Kenny Unit: SFLC-IBCT-PDM-PE PH: (443) 835-8432 FX: N/A Thomas.a.kenny@uscg.mil 1.1.5 Contact for questions: 1.1.5.1 Any questions regarding scope of work must be directed to the Contracting Officer. 1.2 Contractor Personnel 1.2.1 Contract Manager The contractor must provide a contract manager who must be responsible for the performance of the work. The name of this person, and an alternate or alternates, who must act for the contractor when the manager is absent, must be designated in writing to the contracting officer. 1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract 1.2.1.2 The contact manager and alternate or alternates must be able to read, write, speak, and understand the English language. 1.2.2 Contractor employees The contractor must not employ persons for work on this contract if such employee is considered by the contracting officer to be a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. 1.2.2.1 Contractor personnel must present a neat appearance and be easily recognized as contractor employees. 1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations. 1.2.2.3 The contractor shall hold valid license, certifications, and/ or permits to perform work at place of performance. 1.2.3 Security requirements Upon award contractor will have to provide technician�s information to cutter�s EPO so request for access to CG Base Charleston can be granted. 1.3 Hours of Operation 1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 4:00pm unless other time is specified. 132.1 Period of performance: July 28, 2025 � August 1, 2025 1.4 Award It is the governments� intent to make award on the basis of Lowest Price Technically Acceptable (LPTA) offered through issuance of a firm fixed price contract. 1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov 1.5 Invoicing Invoices shall be sent to address as per the contract. To ensure proper payment, all invoices shall have requisition number/order number, company name and address, UEI number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s). 1.5.1 Invoices shall be submitted for payment following the invoicing instructions on the Purchase Order. SECTION 2 � DEFINITIONS 2.1 General Definitions NONE SECTION 3 � GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1 General Information The Government must provide the facilities, equipment, materials, and services listed here. 3.1.1 Government Furnished Facilities 3.1.1.1 NONE. 3.2.1 Government Furnished Equipment 3.2.1.1 NONE. 3.3.1 Government Furnished Material 3.3.1.1 NONE. SECTION 4 � CONTRACTOR FURNISHED ITEMS AND SERVICES Except for those items, services, or commodities specifically stated in section 3 as government furnished, the contractor must furnish everything needed to furnish this contract according to all its terms. SECTION 5 � SPECIFIC TASKS: KTR shall provide services related providing shipboard technical support, the inspection, troubleshooting, diagnose, providing technical guidance to complete repairs to ANVIL�s #1 Main Diesel Engine and #2 Main Diesel Engine along with making any additional recommendations to facilitate repairs and conduct dockside and underway sea trials in support of the Isotta Fraschini Model V1312T1-MLH-KC Main Diesel Engines. 5.1.1 Cutter POC is MKC Nathan, Nathan.c.dlabaj@uscg.mil, 918-616-2371
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/923b4acb35394f799bfbdc3b3071ff6a/view)
- Place of Performance
- Address: Charleston, SC 29401, USA
- Zip Code: 29401
- Country: USA
- Zip Code: 29401
- Record
- SN07527724-F 20250731/250729230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |