Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2008 FBO #2271
MODIFICATION

Z -- WATERFRONT REPAIRS AT U.S. COAST GUARD STATION ST. PETERSBURG, FL

Notice Date
2/12/2008
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG82-08-B-3WCA14
 
Response Due
2/27/2008
 
Point of Contact
Odalys McGee, Contract Specialist, Phone 305-278-6727, Fax 305-278-6696, - Berta Gomez, Contracting Officer, Phone 305-278-6722, Fax 305-278-6696
 
E-Mail Address
Odalys.McGee@uscg.mil, berta.c.gomez@uscg.mil
 
Description
SOURCES SOUGHT: Provide all labor, equipment, materials, tools and supervision to perform select demolition and new construction at U.S.C.G. Station St. Petersburg in St. Petersburg, Florida. The project includes, but is not limited to: Repair above water cracks in the concrete of the bulkhead and apron by routing and filling the cracks with flexible joint sealant. This requires the rubber fenders to be removed, the chains and eyebolts removed, new eyebolts installed, new chains connected, and the rubber fenders replaced. Replace corroded channels and tie rods supporting the timber deck. This will require shoring up the timber deck, removing the existing channels and tie rods, and then replacing them. Repair timber piles that show signs of dry rot by cutting off the top 3? and painting the top of the pile. Replace missing connection at the top of a wood pile. Estimated construction price range is $1,000,000 and $5,000,000. Performance period is 330 calendar days. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fedbizopps.gov under the above solicitation number. The applicable North American Industry Class System (NAICS) 2002 code is 237990. The small business size standard is a three-year averaged annual gross receipt of $31.0 million. There was a Sources Sought issued in November 2007 looking for HUBZones. However, due to our regulation changes, we must consider HUBZones and SDVOSB before we consider Small Business Concerns. Since there were no interested HUBZones, the following now applies: The US Coast Guard is considering whether or not to set aside this acquisition for Service-Disable Veteran-Owned Small Business Concerns (SDVOSB) or Small Business Concerns. At the present time, this acquisition is expected to be issued as a Small Business Set-Aside. in accordance if FAR 19.1404, if your firm is SDVOSB and intends to submit an offer on this acquisition, then those interested Business Concerns should indicate their interest to the Contracting Officer, in writing, as early as possible but to be received not later than 15 calendar days of this notice or NLT 27 February 2008. As a minimum, the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a SDVOSB, (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. All information must be submitted in sufficient detail for a decision to be made on availability of interested SDVOSB or Small Business Set-Aside. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB. If adequate interest is not received from SDVOSBs by close of business 13 February 2008, this solicitation will be issued as a Small Business Set-Aside basis without further notice. As of January 1, 2005, contractors must use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. In order to upload your Reps & Certs to ORCA, you must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/
 
Place of Performance
Address: U.S. COAST GUARD STATION ST. PETERSBURG, 600 8TH AVENUE SE, ST. PETERSBURG, FL
Zip Code: 33701-5099
Country: UNITED STATES
 
Record
SN01506576-W 20080214/080212223611 (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.