Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
SOURCES SOUGHT

J -- Dockside Repairs to the USCGC RESOLUTE (WMEC 620)

Notice Date
9/30/2011
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG80-12-I-P45039
 
Archive Date
10/22/2011
 
Point of Contact
Tiffany M. Squyres, Phone: 757-628-4127, Arlene Woodley, Phone: 757-628-4645
 
E-Mail Address
Tiffany.M.Squyres@uscg.mil, arlene.v.woodley@uscg.mil
(Tiffany.M.Squyres@uscg.mil, arlene.v.woodley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, or Service-Disabled Veteran-owned concerns, or for Small Business. The small business size standard is 1,000 employees. The NAICS Code is 336611. The acquisition is for USCGC RESOLUTE (WMEC-620) DOCKSIDE, 210B WMEC, Medium Endurance Cutter. The vessel is home ported at 600 8th Avenue SE, St. Petersburg, FL 33701. All work will be performed at the vessel's homeport. The estimated dollar value of this procurement is between $250,000.00 and $500,000.00. The performance period will be fifty-four (54) calendar days with a start date on or about February 8, 2012. The work will include, but is not limited to; 1) Compressed Air Receivers, Clean, Inspect, and Test 2) Grey Water Holding Tanks, Clean and Inspect 3) Sewage Holding Tanks, Clean and Inspect 4) Sewage Piping, Clean and Flush 5) Chain Locker, Preserve 100% 6) Rails and Stanchions, Renew 7) Anchor Windlass, Inspect and Refurbish 8) Bulwark Piping, Repair 9) Condensate Piping, Renew 10) Fuel Piping, Renew 11) Lube Oil Piping, Renew 12) Piping (Potable Water), Repair 13) Shower, Repair 14) Anchor Windlass Foundation, Repair 15) Single Point Davit Control Console, Upgrade 16) Cold Food Service Counter, Renew 17) Anchor Chain(s) and Ground Tackle, Inspect and Repair 18) Chill Water System, Upgrade 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, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, 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 pone 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 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://www.ccr.gov or by calling 1-888-227-2423. Your response is required by October 07, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside or Service-Disabled Veteran-Owned Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, Small Business, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov. Questions may be referred to Tiffany Squyres via e-mail: tiffany.m.squyres@uscg.mil or (757) 628-4127.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG80-12-I-P45039/listing.html)
 
Place of Performance
Address: St. Petersburg, Florida, 33701, United States
Zip Code: 33701
 
Record
SN02600170-W 20111002/111001000547-2a1215dd82b14f7d1b124b494a18eaa8 (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.