SOURCES SOUGHT
V -- Towing Service for the USCGC SAPELO (WPB-1314) - USCGC SAPELO Specification
- Notice Date
- 2/26/2010
- Notice Type
- Sources Sought
- NAICS
- 483113
— Coastal and Great Lakes Freight Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- 040510-Tow
- Archive Date
- 3/31/2011
- Point of Contact
- Tomeka Evans, Phone: 757-628-4666, Mildred A Anderson, Phone: (757)628-4637
- E-Mail Address
-
tomeka.evans@uscg.mil, mildred.a.FIGUEREO@uscg.mil
(tomeka.evans@uscg.mil, mildred.a.FIGUEREO@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- USCGC SAPELO, Specification dated 17 Feb 10, Rev 0 The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), or for Small Businesses. The small business size standard for NAICS 483113 is less than 500 employees. The acquisition is to prepare and tow the USCGC SAPELO (WPB-1314), a 110 foot patrol boat, from the vessel’s current location, River Hawk Marine, 5251 West Tyson Ave., Tampa, Florida to the Coast Guard Yard, 2402 Hawkins Point Road, Baltimore, MD. The performance period is fifteen (15) calendar days and is expected to begin on or about April 5, 2010. See attachments to view the USCGC SAPELO (WPB-1314) 100 Foot Patrol Boat Specification for Towing dated February 17, 2010/Rev-0. In accordance with FAR 19.1305 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to tomeka.evans@uscg.mil or by fax at (757) 628-4676. In your response you must include (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by March 3, 2010 at 1:30 pm, EST. Contractors are reminded that should this acquisition become a HubZone set aside, FAR 52.219-3, Notice of Total HubZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-Owned Small Business set aside, or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted in the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/040510-Tow/listing.html)
- Record
- SN02077668-W 20100228/100226235339-141a005da89862b0a640fe3a0de86086 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |