Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2012 FBO #3791
SOURCES SOUGHT

20 -- Replacement Crane for the USCGC SMILAX (WLIC-315) 100 FOOT BAY & SOUND TENDER

Notice Date
4/9/2012
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
REPLACEMENT_CRANE_USCGC_SMILAX_(WLIC-315)
 
Archive Date
5/1/2012
 
Point of Contact
Jack Rodman, Phone: (510) 637-5988, Jay S McReynolds, Phone: 510-637-5975
 
E-Mail Address
Jack.E.Rodman@uscg.mil, jay.s.mcreynolds@uscg.mil
(Jack.E.Rodman@uscg.mil, jay.s.mcreynolds@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, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), Women Owned Small Business (WOSB) for Small Businesses. This is not a solicitation or offer. No contract or order will result from this announcement. Response by interested parties must be made by 10:00 am PDT on April 16, 2012. The NAICS Code is 333923. The small business size standard is less than 500 employees. The acquisition is for a Replacement Crane for the USCGC SMILAX (WLIC 315) USCGC SMILAX (WLIC-315) is a 100 FOOT BAY AND SOUND TENDER. The Cutter's Home Port is located at 2301 East Fort Macon Road, Atlantic Beach, NC 28512 In accordance with FAR 19.1305, if your firm is HUB Zone certified, a Service-Disabled Veteran-Owned Small Business, or a Women Owned Small Business and intends to submit an offer on this acquisition, please respond by email to Jack.E.Rodman@uscg.mil and include: (a) a positive statement of your intention 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; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by April 16, 2012 at 10:00 am PDT. Contractors are reminded that should this acquisition become a HUB Zone set-aside, FAR 52.219-3, Notice of Total HUB Zone 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 also 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. Additionally, FAR 52.219-30 Notice of Set A-Side For Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Apr 2012)) requires that at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. All of the above information must be submitted in sufficient detail for a decision to be made on a HUB Zone, Service disabled Veteran-Owned Small Business Set-Aside, Women-Owned Small Business, and 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 HUB Zone, SDVOSB Set-Aside, Women Owned Small Business Set-Aside and Small Business will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Please submit your questions via email to Jack E. Rodman, Contract Specialist at Jack.E.Rodman@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/REPLACEMENT_CRANE_USCGC_SMILAX_(WLIC-315)/listing.html)
 
Place of Performance
Address: Contractor's Plant, United States
 
Record
SN02717044-W 20120411/120409234738-c8c07d446e9cac580ad2b2330a58327d (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.