Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
MODIFICATION

Z -- REPLACE MAYPORT BASIN RANGE LIGHTS AT - Solicitation 1 - SPECIFICATIONS AND DRAWINGS

Notice Date
1/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-12-B-PMV056
 
Point of Contact
Lesia K Moyer, Phone: 305-278-6725, Rabon A. Lewis, Phone: 3052786718
 
E-Mail Address
Lesia.K.Moyer@uscg.mil, Rabon.A.Lewis@uscg.mil
(Lesia.K.Moyer@uscg.mil, Rabon.A.Lewis@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
INVITATION FOR BID.POSTED 1/5/2012 SOLICITATION, SPECIFICATION & DRAWINGS ARE ATTACHED ==========================================================.POSTED 12/19/2011 PRE-SOLICITATION NOTICE: This project is to furnish all labor, materials and equipment to complete the construction and replacement of navigational structures including all appurtenances; includes removal and off-site disposal of existing self supporting tower and dayboard of Range Front Light (RFL) and Range Rear Light (RRL); construction of new RFL and RRL self supported tower, dayboard and safety climbing ladder utilizing existing concrete foundation and anchor bolts. The performance period will be 60 calendar days. The estimated value of this procurement is between $100,000 and $250,000. The applicable North American Industry Class System (NAICS) 2007 code is 237990. The small business size standard is a three-year average annual gross receipt of $33.5 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency. This is a Service-Disabled Veteran-Owned Small Business Set-Aside. The following are tentative dates for this project: Solicitation issued: January 5, 2012 Bid Opening: February 7, 2012 Contract Performance Completion: May 2012 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. ===================================================================.POSTED 10/20/2011 SOURCES SOUGHT - THIS IS A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: This project is to furnish all labor, materials and equipment to complete the construction and replacement of navigational structures including all appurtenances; includes removal and off-site disposal of existing self supporting tower and dayboard of Range Front Light (RFL) and Range Rear Light (RRL); construction of new RFL and RRL self supported tower, dayboard and safety climbing ladder utilizing existing concrete foundation and anchor bolts. The performance period will be 60 calendar days. The estimated value of this procurement is between $100,000 and $250,000. The applicable North American Industry Class System (NAICS) 2007 code is 237990. The small business size standard is a three-year average annual gross receipt of $33.5 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency. The following are tentative dates for this project: Solicitation issued: December 2011 Bid Opening: January 2012 Contract Performance Completion: April 2012 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.1303 and FAR 19.1403, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Lesia.K.Moyer@uscg.mil or fax to 305-278-6696 with "Sources Sought for Solicitation Number HSCG82-12-B-PMV056" in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply. Response is required by November 4, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-Owned Small Business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-12-B-PMV056/listing.html)
 
Place of Performance
Address: 1320 4th Ave N., Jacksonville Beach, Florida, 32250, United States
Zip Code: 32250
 
Record
SN02649084-W 20120107/120105234259-72bb34e252a5c1fc019585decbf30baf (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.