Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2004 FBO #0901
SOLICITATION NOTICE

R -- Base Operating Support Services at USCG Air Station Barbers Point

Notice Date
5/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-05-R-4ABM49
 
Archive Date
9/30/2004
 
Point of Contact
Myrna Takakuwa, Contract Specialist, Phone 808/541-2201, Fax 808/832-3288, - Sheila Leonard, Contracting Officer, Phone 510/437-3732, Fax 510/437-3014,
 
E-Mail Address
mtakakuwa@d14.uscg.mil, sleonard@d11.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The USCG MLCP in Alameda, CA, proposes to contract for a Base Operating Support Services (BOSS) contract for Air Station Barbers Point in Kapolei, Oahu, Hawaii. Estimated contract period is 1 October 2004 through 30 September 2005, with four, one-year priced option periods. The acquisition is restricted to certified HUBZone firms which have the demonstrated capabilities to manage efficiently and effectively a variety of facilities support services under a BOSS contract. A competitive HUBZone set-aside is anticipated. (Firms submitting proposals must appear on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. Offers received from non-HUBZone concerns will not be considered). Support services anticipated include but are not limited to: grounds maintenance; preventive maintenance and repairs on commercial equipment such as: water softeners (reverse osmosis), HVAC systems, oil/water separators, galley equipment, scrubbers and sweepers, and ground support equipment; janitorial services; laundry services; grease trap cleaning and maintenance services; runway and street sweeping; pest control; security alarms and closed circuit TV systems maintenance; fire alarm and fire suppression systems maintenance; fuel farm maintenance; and waste disposal services. The NAICS code assigned to this procurement will be 561210 (base maintenance) with a size standard of $30 million. A HUBZone firm must meet the limitations for subcontracting requirements (FAR 52.219-14) which states: ".....at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the concern or other HUBZone small business concerns." Contractors must maintain their HUBZone status throughout the performance of this contract. A firm's continued HUBZone certification will be confirmed prior to exercising any options under the contract. Firms that have been certified as HUBZone small business concerns by the SBA, and have the interest and capabilities to perform a variety of services under a BOSS type contract, must respond in accordance with the Request for Proposal, scheduled to be posted at http://fedbizopps.gov. The procurement will be a commercial FAR Part 12 acquisition using FAR Part 13.5 procedures. Price, technical compliance, past performance and experience, and financial information will be required. Past performance must include information demonstrating the company?s capabilities to satisfactorily perform similar services, and the company's capabilities to manage a BOSS-type contract which included a variety of different types of facilities support services such as envisioned in this procurement. The past performance information must include contract numbers, date of award, dollar amounts, specific points of contact (names, telephone numbers, and if available, e-mail addresses) for each. Current contract data may be included. Proposals must conform to all requirements. The solicitation will contain specific information and updates. The solicitation is scheduled to be issued on or about May 27, 2004 and will be issued without further notice. The solicitation will only be issued via Fed Biz Opps Electronic Posting System at http://fedbizopps.gov under Vendors, DHS, United States Coast Guard, Commander (fcp) USCG Maintenance and Logistics Command - Pacific, Alameda, CA. Hard copies of the solicitation will not be issued. Telephone requests for solicitation package will not be accepted. All interested, capable firms are encouraged to download a copy of the forthcoming solicitation and supporting documents from FedBizOpps immediately upon posting to ensure that the required timeframes are met. Firms are encouraged to register for notification of any amendments to the solicitation. All comments or questions relating to this pre-solicitation notice or the request for proposal must be in writing and directed to the Contracting Officer, Ms. Myrna O. Takakuwa at mtakakuwa@d14.uscg.mil or faxed to Ms. Takakuwa at (808) 832-3288; alternate: Ms. Sheila Leonard at sleonard@d11.uscg.mil, fax (510) 437-3014. All FOIA requests for contract information and pricing should be sent to the FOIA Control Officer, Ms. Sharon May, at smay@d11.uscg.mil.***
 
Place of Performance
Address: Kapolei, Hawaii
 
Record
SN00585125-W 20040515/040513211548 (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.