SOURCES SOUGHT
95 -- Fixed Ballast (Lead Ingots)
- Notice Date
- 4/30/2014
- Notice Type
- Sources Sought
- NAICS
- 331491
— Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG80-14-Q-P45G78
- Point of Contact
- Emily L. Clark, Phone: 7576284652
- E-Mail Address
-
emily.l.clark@uscg.mil
(emily.l.clark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Fixed Ballast (Lead Ingots) USCG WMEC 210' A & B Class Cutters The U.S. Coast Guard is considering whether or not to set aside an acquisition for any of the socio economic programs or Total Small Business. The estimated value of this procurement is between $3,000,000.00 & $3,500,000.00. The small business size standard for NAICS 331491 is less than 750 employees. The acquisition is for purchase of epoxy powder-coated fixed ballast (lead ingot, pic) as designated on individual task orders. All purchased lead ingots will be shipped to the WMEC 210' Class Cutters. Once the purchased lead ingots are delivered to the Cutter the Contractor will be required to purchase the scrap lead which has been removed from the Cutter and ship that back to the Contractor's facility. Once the contract is awarded the Coast Guard anticipates purchasing over the course of five years a total of 1,720,250 pounds of lead ingots. Anticipated award date for this contract is 30 July 2014. This contract would include a base and four option years. In accordance with FAR 19, if your firm is HUBZone certified, Small Business, SDVOSB, Veteran Owned Small Business Woman-Owned Business or any of the socio economic programs and intends to submit an offer for this acquisition, please respond by email to Emily Clark at Emily.L.Clark@uscg.mil. Questions may also be referred to Emily Clark at the email address and by phone at (757) 628-4652. In your 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 phone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. 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. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. Your response is required by 2:00 p.m. EST, 09 May 2014. All of the above must be submitted in sufficient detail for a decision to be made on a specific socio economic program or Total Small Business set aside. A decision on whether this will be pursued as a specific socio economic program or Total Small Business set aside will be posted on FBO website at https://www.fbo.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-14-Q-P45G78/listing.html)
- Record
- SN03352660-W 20140502/140430235016-803d9a1d6a6c6a3c5c140cb623d2c5ad (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 |