Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOURCES SOUGHT

J -- USCGC RELIANCE Dockside

Notice Date
12/16/2011
 
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
HSCG80-12-Q-P45602
 
Archive Date
12/16/2012
 
Point of Contact
Sarah J Rall, Phone: 7576284663
 
E-Mail Address
sarah.j.rall@uscg.mil
(sarah.j.rall@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought USCGC RELIANCE (WMEC 615) Dockside Repair 210 Foot "A" Class" Medium Endurance Cutter The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs to the USCGC RELIANCE (WMEC-615), a 210 foot "A" class medium endurance cutter. All work will be performed at the unit's homeport: Kittery, Maine. The performance period is fifty-three (53) calendar days and is expected to begin on or about April 30, 2012. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC RELIANCE (WMEC-615). This work will include, but is not limited to: D-001 Chill Water System, General Maintenance D-002 Steering Gear (General), Overhaul D-003 Single Point Davit, Level 1 Inspect and Test D-004 Helo Talon Grids, Inspect and Test D-005 Grey Water Holding Tanks, Clean and Inspect D-006 Sewage Holding Tanks, Clean and Inspect D-007 Grey Water Piping, Clean and Flush D-008 Sewage Piping, Clean and Flush D-009 Deck Fittings, Inspect D-010 Urinals, Renew D-011 Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean D-012 Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean D-013 Boiler Exhaust Stack Uptakes, Commercial Clean D-014 Potable Water Pneumatic Tanks, Clean and Inspect D-015 Compressed Air Receivers, Clean, Inspect, and Test D-016 Heat Exchangers, Clean, Inspect and Hydro D-017 Hand Rails ( Pilothouse Deck, Bridge Wings ), Inspect and Renew D-018 Fan Space Deck, Preserve D-019 Trash Compactor ( Drain Piping), Repair D-020 Galley Steam Preheater, Clean and Inspect D-021 Splash Guard, Modify D-022 Helo Net Safety Bars (Flight Deck), Renew D-023 Cold Food Service Counter, Re locate D-024 Condensate Piping, Renew D-025 Hull and Structual Plating-Degraded Weld (Steel) Repair D-026 Control Air Dryer Upgrade O-027 Ship Service Boiler(s), Renew (OPTIONAL) All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The Coast Guard intends to award a fixed price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Past Performance and 2) Price. Factors 1 and 2 will be applied to determine the best value to the Government. Past Performance shall be considered significantly more important than price (factor 2). 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 Sarah Rall at sarah.j.rall@uscg.mil. Questions may also be referred to Sarah Rall at this email address and by phone at (757) 628-4663. In response, please include the following: (a) positive statement of your intent 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. Note: At the time of solicitation, when proposals are due, if two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. 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 52.219-27 or 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 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://www.ccr.gov or by calling 1-888-227-2423. Your response is required by 2:00 p.m. EST, January 3, 2012. 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 FBO website at https://www.fbo.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45602/listing.html)
 
Record
SN02640883-W 20111218/111216234401-83ee849e77d9f5ff5966a46d4a5d1c7c (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.