SOURCES SOUGHT
J -- USCGC SPENCER (WMEC-905) DOCKSIDE
- Notice Date
- 5/10/2010
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- 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
- HSCG80-10-Q-P45FF5
- Archive Date
- 5/10/2011
- Point of Contact
- Arlene V Woodley, Phone: (757) 628-4645, Michael E Monahan, Phone: 757-628-4639
- E-Mail Address
-
Arlene.V.Woodley@uscg.mil, michael.e.monahan@uscg.mil
(Arlene.V.Woodley@uscg.mil, michael.e.monahan@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard is considering whether or not to set aside and acquisition for HubZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for USCGC SPENCER (WMEC-905) DOCKSIDE, 270 Foot "B" Medium Endurance Cutter. The vessel is home ported at Coast Guard Integrated Support Center, 427 Commercial St., Boston, MA. All work will be performed at the vessel's home pier. The estimated dollar value of this procurement is between $100,000.00 and $250,000.00. The performance period will be twenty-two (22) calendar days with a start date on or about August 25, 2010. The work will include, but is not limited to: 1) Tanks (Potable Water), Clean 2) Decks (Helicopter Operating Areas), Preserve 3) Expansion Joint (Helicopter Hanger/Hull Interface), Renew 4) Watertight Doors and Scuttles (External), Renew 5) Tanks (Potable Water, Preserve "Partial" The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items. The Coast Guard intends to award a fixed price contract resulting from the solicitation. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. The following factors shall be used to evaluate offers: Past Performance and Price. Past performance is significantly more important than price. At the present time, the acquisition is expected to be issued as a small business set-aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Arlene Woodley at arlene.v.woodley@uscg.mil or FAX to (757) 628-4562. Questions may also be referred to this email address. In response, please include the following: (a) positive statement of your intent to submit a bid to 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 phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, FAR 52.219-3, Notice of Total HUBZone Set Aside or FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone or SDVOSB small business concerns. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the internet at http://ww.ccr.gov or by calling 1-888-227-2423. Your response is required by 4:00pm EST, May 13, 2010. 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. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HubZone or SDVOSB set-aside will be posted on the Federal Business Opportunity website at https://www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P45FF5/listing.html)
- Record
- SN02144674-W 20100512/100510234412-d1fbb54ba41f3f7ee87173e5791f2dca (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 |