Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2003 FBO #0731
SOLICITATION NOTICE

J -- WEATHER DECK NON-SKID COATING RENEWAL FOR USCGC KUKUI (WLB 203) IN HAWAII

Notice Date
11/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Honolulu, 400 Sand Island Pkwy, Honolulu, HI, 96819-4398
 
ZIP Code
96819-4398
 
Solicitation Number
DTCG34-04-Q-4TK040
 
Response Due
12/12/2003
 
Archive Date
12/27/2003
 
Point of Contact
Helen Cabana, Contracting Officer, Phone (808)541-3286, Fax (808)541-15558, - Verna Jackson, Chief of Contracting Office, Phone 808-541-2463, Fax 808-541-1558,
 
E-Mail Address
hcabana@d14.uscg.mil, vjackson@d14.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG ISC Honolulu proposes to contract the Weather Deck Non-Skid Coating Renewal for USCGC KUKUI (WLB203), which is geographically restricted to the cutter?s homeport at Coast Guard Integrated Support Command (ISC) Honolulu, Hawaii. The vessel?s performance period will be 26 January 2004 and completion date no later than 13 February 2004. The repair anticipated involves the following work items: 03 Deck Level; Port and Starboard Side from Transverse BKHD 61 aft to Frame 82 Up Three to Six Inches to Include dado; 700 Sq. Ft.; Flying Bridge 04 Level Port and Starboard Side from Frame 56 aft to Frame 73 Up Three to Six Inches to Include dado; 1250 Sq. Ft. This would include a Near White Blast (SSPC-SP 10/NACE No. 2) or Power Tool SSPC-SP11) of the Bridge Wing and Flying Bridge; One Coat of Inorganic Zinc; One Coat of Formula 150/151 Light Gray; Coat of Non-Skid as Defined; Top Coat of Dark Gray (36231). Detailed specifications can be faxed to interested offerors. Site visit is encouraged. Contractor?s facilities must be located in Hawaii to be considered responsive. The acquisition is being conducted under Simplified Acquisition Procedures. The resulting contract will be Firm-Fixed-Price and will be inclusive of all labor and materials. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16; FAR Provision 52.212-2 applies; evaluation factors will be price and past performance, and these factors are substantially equal. Offerors must be as a minimum achieve a satisfactory evaluation for past performance in accordance with FAR Part 15.305(2). THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESSES. The NAICS code is 336611 and the size is 1000 employees. All offerors are to include with their quotes, a completed copy of Provision 52.212-3, Offeror Representations and Certifications ? Commerical Items, which may be downloaded from http://www.arnet.gov/far. The following Federal Acquisition Regulation (FAR) terms and conditions apply to this synopsis/solicitation Provision at 52.212-1, Instructions to Offerors-Commercial; the Clause at 52.212-4, Contract Terms and Conditions-Commercial Items; the Clause at 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-20, Walsh-Healey Public Contracts Act; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration which can be downloaded at http://www.ccr.gov. All interested, responsive, responsible firms should submit their quotation no later than December 12, 2003, 2:00 p.m. HST, to U.S. Coast Guard, ISC Honolulu (fp), 400 Sand Island Parkway, Honolulu, HI 96819-4398, ATTN: Helen T. Cabana (808) 541-3286. Facsimile copies will be accepted at (808) 541-1558.
 
Place of Performance
Address: USCGC KUKUI (WLB203), 400 SAND ISLAND PARKWAY, HONOLULU, HI
Zip Code: 96819
Country: USA
 
Record
SN00477295-W 20031128/031126211530 (fbodaily.com)
 
Source
FedBizOpps.gov 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.