Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOURCES SOUGHT

20 -- Side Scan Requirements Contract - Sources Sought

Notice Date
5/18/2011
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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
HSCG80-12-Q-P45003
 
Archive Date
5/18/2012
 
Point of Contact
Sarah J Rall, Phone: 7576284631, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
sarah.j.rall@uscg.mil, Nancy.M.Brinkman@uscg.mil
(sarah.j.rall@uscg.mil, Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Tentative Sidescan/Drydock schedule USCG 110' & 87' Full Body Side Scan Specification, Rev-0, 07 March 2011 Full Sources Sought Notice The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned concerns, Economically Disadvantaged Women- Owned Small Business concerns, Women-Owned Small Business concerns, or Small Business concerns. This acquisition notice is issued to identify sources capable of providing Full Body Side Scans for USCG 110' & 87' WPBs for a base year plus four option years, if exercised by the Government, beginning 1 October 2011. Services of a qualified ultrasonic testing company with equipment suitable to conduct a scanning crawler automated test of the vessels' u/w hull plating and freeboard are a requirement. Work will normally be completed within seven (7) calendar days and will be performed in conjunction with planned drydock availabilities. The small business size standard is $12 Million. The NAICS Code is 541380. Work will be performed throughout the United States and other international locations including but not limited to Bahrain. Work site, location and 110' WPB and 87' WPB to be side scanned will normally be provided to the contractor 60 days prior to the commencement of work. 110' Cutters - Hull Plating (Side Scan), Ultrasonic Testing FY12: 4-110' WPB FY13*: 2-110' WPB FY14*: 1-110' WPB FY15*: 1-110' WPB FY16*: 0-110' WPB (*): Denotes an option year. 87' Cutters - Hull Plating (Side Scan), Ultrasonic Testing FY12: 8-87' WPB FY13*: 8- 87'WPB FY14*: 8-87' WPB FY15*: 7-87' WPB FY16*: 7-87' WPB (*): Denotes an option year. The period of performance shall become effective on the date of award until twelve months thereafter and shall contain four one year option periods. The work will include, but is not limited to: 1. Hull Plating (Side Scan), Ultrasonic Testing 110' WPB 2. Hull Plating (Side Scan), Ultrasonic Testing 87' WPB 3. Contractor Travel The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Test Program for Certain Commercial Items. The Coast Guard intends to award a fixed price requirements 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 more important than price. At the present time, this acquisition is expected to be issued as a small business set-aside. However, in accordance with FAR 19.1305; FAR 19.1405; 19.1505(b); and 19.1505(c), if your firm is and intends to submit an offer on this acquisition, please include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and phone numbers. At least three (3) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside, SDVOSB set-aside, EDWOSB set-aside, or WOSB set-aside; FAR 52.219-3, Notice of Total HubZone Set Aside; FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set Aside; FAR 52.219-29, Notice of Total Economically Disadvantaged Women-Owned Business, or FAR 52.219-30, Notice of Total Women-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. 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://www.ccr.gov or by calling 1-888-227-2423. Send your response via e-mail to Sarah Rall, sarah.j.rall@uscg.mil is required by 2:00pm EST, May 25, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside; Service-Disabled Veteran-Owned Set-Aside; Economically Disadvantaged Women-Owned Business Set Aside; or Women-Owned Business Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, Economically Disadvantage Women-Owned Small Business, Women-Owned Small Business, Small Business, or on an unrestricted basis will be posted on the FEDBizOPPs website at http://www.fbo.gov. Questions may be referred to Sarah Rall via e-mail: sarah.j.rall@uscg.mil or (757) 628-4631.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45003/listing.html)
 
Record
SN02451035-W 20110520/110518234734-0e547c69a69fa50c694c6ae907614209 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.