Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOURCES SOUGHT

J -- FIRE SUPRESSION SYSTEM INSPECTION

Notice Date
8/23/2011
 
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
FSSI87110-FY2012
 
Archive Date
12/30/2011
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil
(louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement, a market survey for written information only. This is not a solicitation and no contract will be awarded from this announcement. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Coast Guard Surface Forces Logistics Center, implied or otherwise, to issue a solicitation or ultimately award any contracts. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business concerns. The small business size standard is 1,000 employees. The NAICS code is 336611. It is the Coast Guard's intention to make one or more awards for firm fixed price IDIQ contracts with a base year and four (4) option years totaling five (5) years NTE $1.7 million. The requirement is for the annual Fire Suppression System (FSS) Inspection of the 73 (seventy-three) 87' and the 35 (thirty-five) 110'patrol boats in accordance with the current USCG WPB 87 FOOT and 110 FOOT PATROL BOAT Specification for Fire Suppression System Inspection. All inspection services will be performed at the cutters homeport facility which can be located at various Coast Guard cutter locations in the continental U.S., Alaska, Hawaii, Guam and Puerto Rico. The successful contractors to any forthcoming solicitations shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform services listed below. The primary geographic focus for each contract is listed below; however, the contractor could be called upon to provide services throughout the continental United States as well as Alaska, Hawaii, Guam and Puerto Rico: -Northeast: District 1 - Maine, New Hampshire, Massachusetts, Connecticut, New York, Northern New Jersey and District 5 - Central/Southern New Jersey, Maryland, Virginia, & North Carolina -Southeast: District 7 - South Carolina, Georgia, Florida Peninsula and Puerto Rico -Gulf Coast: District 8 - Florida Panhandle, Alabama, Louisiana, Mississippi and Texas -West Coast: District 11 - California -Northwest: District 17 - Alaska and District 13 - Oregon and Washington -Pacific: District 14 - Hawaii & Guam In your response please include the following: (a) a positive statement of your intent to submit a bid for this as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amount, points of contact, and telephone numbers and (c) area of geographic service. At least two references are requested, but more are desirable. Your response is required by 4:00 PM, EDT on September 5, 2011. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if your firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Louis.J.Romano@uscg.mil. Questions may be referred to Louis J. Romano at (757) 628-4651. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. 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 or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/FSSI87110-FY2012/listing.html)
 
Place of Performance
Address: Services to be performed at the cutters homeport facility which can be located tat various Coast Guard cutter locations throughout the continental United States as well as Alaska, Hawaii, Guam and Puerto Rico., United States
 
Record
SN02545554-W 20110825/110823235620-601d62f4d737fbacd866fd927865b2e6 (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.