Description
52000QR260024929 USCGC SOCKEYE CRANE SERVICES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260024929 USCGC SOCKEYE CRANE SERVICES This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. This is 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 STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: Scope: This description covers the mobile crane services for the removal and re-installation of Both MTU 8v396 engines and all interferences associated. Dates: Estimated timeframe of 05/28/26 05/29/26 This is an Estimated time frame, dates could possibly change suddenly, based on pier space availability. Requirements: Capable of lifting 13000 lb. MTU engines, and running gear. Center Pin radius from center of ship to center of crane is 46' Provide 4- point harness and rigging equipment that is rated to lift 13000lbs. Estimated 16 hours of labor Certified Crane Operator. Destination of work performance: US Coast Guard Sector San Francisco 1 Yerba Buena Island, Yerba Buena Island Northgate Rd, San Francisco, CA 94130 POC: EMC Jonathan Grondin- EPO USCGC Sockeye Cell: (727)-656-8786 Email: Jonathan.a.grondin@uscg.mil COR: MKCS Ernesto Perez – SFLC PBPL AMS1 Cell: 223 267 0945 Email: Ernesto.perez@uscg.mil *Any question should be directed to EMC Jonathan Grondin Security Requirements All contractor personnel requiring access to the place of performance in order to perform work under this contract must possess a valid-state issued REAL ID-compliant driver's license or identification card, or an acceptable alternative form of identification as defined by the Department of Homeland Security (DHS) [https://www.dhs.gov/real-id]. It is the contractor's responsibility to ensure that all personnel are properly credentialed to gain base access. Failure to comply with access requirements may result in delays to performance and will not constitute an excusable delay. Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (3)