Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2014 FBO #4445
SOURCES SOUGHT

J -- Maintenance and Support of U.S. Coast Guard Cutter Power Generation Systems

Notice Date
1/23/2014
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
HSCG40-14-S-19003
 
Archive Date
2/21/2014
 
Point of Contact
Allen A. Tillman, Phone: 4105907182
 
E-Mail Address
allen.a.tillman@uscg.mil
(allen.a.tillman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or for Small Business concerns. The NAICS code is 811310 and the small business size standard is $7.0 million dollars worth of average annual receipts. The acquisition is for maintenance and support service for U.S. Coast Guard power generation systems for the 154 foot Fast Response Cutters. The support services shall include, but aren't limited to the following: • Perform preventive and scheduled maintenance recommended by the Original Equipment Manufacturer (OEM). • Perform corrective, unscheduled maintenance as required. • Perform Power Generation System testing, analysis, and groom. • Furnish the parts necessary to complete both preventative and corrective maintenance on the components of the Power Generation System. • Provide an OEM certified technical representative to perform on-site and remote support/diagnostics. Period of Performance: It is anticipated that a firm, fixed priced multiple award indefinite delivery indefinite quantity type contract will be awarded with one base year, and four option years. Place of Performance: At each cutter's homeport. In accordance with FAR 19.202-2 "Locating small business sources", if your firm is a Small Business and intends to submit an offer on this acquisition please respond by e-mail no later than February 6, 2014, 2:00 pm (EST). Questions may be referred to allen.a.tillman@uscg.mil. Your response must 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a Small Business set aside, FAR 52.219-6, Notice of Total Small Business Set-aside, will apply, which requires that your concern, including its affiliates, is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this notice. The Offeror in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. Should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone 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. 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. All of the above must be submitted in sufficient detail for a decision to be made on a set-aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-14-S-19003/listing.html)
 
Place of Performance
Address: At each cutter's homeport, United States
 
Record
SN03273176-W 20140125/140123234642-04553e469748309b1fe362cf9103bbeb (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.