Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2013 FBO #4064
SOURCES SOUGHT

R -- Specification Development for APL Habitability Modifications Electrical and HVAC Engineering (MARAD SBRF) - DRAFT PWS

Notice Date
1/7/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
 
ZIP Code
94105-1905
 
Solicitation Number
DTMA94Q20130008
 
Point of Contact
Debbie K. Velmere, Phone: (415) 744-4140, Patricia L. Etridge, Phone: (415) 744-2586
 
E-Mail Address
debbie.velmere@dot.gov, patricia.etridge@dot.gov
(debbie.velmere@dot.gov, patricia.etridge@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification Development for APL Habitability Modifications - Electrical and HVAC Engineering (MARAD SBRF) This is a Request for Information (RFI) only. Do not submit a proposal or quote. The Maritime Administration (MARAD) is conducting a Market Survey to identify potential Small Business sources possessing the expertise, capabilities and experience necessary to meet the agency's requirement to survey and document electrical and HVAC conditions in support of preparing a performance work statement to modify the Maritime Administration office barge located at Suisun Bay Reserve Fleet (SBRF), Benicia CA 94510. The North American Industry Classification System (NAICS) code is 541330 with a small business size standard of $14M. A draft Performance Wor Statement (PWS) which contains a description of the office barge is attached. Interested Small Business concerns shall identify their interest by submitting a capability statement which addresses the following six (6) requirements that follow. 1. Please provide the following Company Information: Company: DUNS: Address: Point of Contract: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code(s) (code) - Title. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. 3. Please provide your company's Small Business classification(s) Small Business (SB) Concern 8A Small Disadvantaged Business (SDB) Women-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disable Veteran-Owned Small Business 4. If your company is awarded the contract, will you able to perform at least 50% (percent) of the work? 5. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support of the effort? 6. Is your company registered in "System for Award Managemen"t (SAM) system and is the registration current? Potential offerors are cautioned that in order to be eligible for an award, they must have an active https://www.sam.gov/portal/public/SAM/ SAM) profile prior to award of a contract. All submissions shall be submitted to Contracting Officer, Debbie Velmere at Debbie.Velmere@dot.gov (415) 744-4140 office or 740-4544 (cell). The Request for Quote and any related documents for this procurement will be made available at www.fbo.gov. Interested parties are responsible for monitoring FBO for release of all pertinent procurement documents or updates to this program. ATTENTION: DBE Certified or SBA Certified under Section 8(a); Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-disabled Veterans ! To help small businesses gain access to the financing they need to participate in transportation-related contracts, OSDBU's Financial Assistance Division manages the Short-Term Lending Program (STLP). STLP provides certified DBE's and other certified small businesses short term working capital financing at competitive interest rates for DOT or DOT funded contracts and subcontracts. Maximum line of credit is $750,000 with interest at a variable rate tied to the Prime Rate published in the Wall Street Journal. http://osdbu.dot.gov/financial/STLP.cfm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q20130008/listing.html)
 
Place of Performance
Address: Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia, California, 94510, United States
Zip Code: 94510
 
Record
SN02959848-W 20130109/130107233729-ff71d799b5c9fc5e7e9c4a4e810c4455 (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.