Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOURCES SOUGHT

J -- SWITCHGEAR AND DISTRIBUTION SYSTEM

Notice Date
4/10/2008
 
Notice Type
Sources Sought
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
MACKSWITCHGEAR
 
Response Due
4/23/2008
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591, Vanessa A Nemara,, Phone: 757-628-4634
 
E-Mail Address
Sandra.A.Martinez@uscg.mil, vanessa.a.nemara@uscg.mil
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned business concerns ( SDVOSB) or for Small Businesses. The small business size standard is less than 1,000 employees. The NAICS Code is 335313, for maintaining the Switch Gear and Distribution System on board the USCGC MACKINAW (WLBB 30). The maintenance and support the US Coast Guard requirements include: Annual on-site grooms, Annual participation in dockside and underway performance test, evaluation and validation; Technical consultation for troubleshooting; technical representative’s on site visits; hardware, software, and technical documentation configuration management; tools. The core components of the system are: Medium voltage switch gear and control units (including the power management system; electrical power distribution system; main breaker controls and protective components; terminal connections); Ship service and auxiliary switch gear (including the power management system; electrical power distribution system; main breaker controls and protective components; terminal connections); motor control centers; automatic buss transfer switches (ABT); load centers and panel boards; governor controls (Main and Auxiliary); Woodward Series 828; master synchronizer and load control (MSLC); digital synchronizer and Load Control (DLC). At the present time, this acquisition is expected to be issued as Full and Open Competition. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to : sandra.a.martinez@uscg.mil or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. In response please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence/capability statement that sufficiently demonstrates qualification capabilities of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (c) past performance references with points of contact and phone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by the close of business on April 23, 2008. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at: http://www.fbo.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=35b8d3ceeb539aa68e732a221a521620&tab=core&_cview=1)
 
Place of Performance
Address: 627 COAST GUARD DRIVE, CHEBOYGAN, Michigan, 49721, United States
Zip Code: 49721
 
Record
SN01551464-W 20080412/080410220037-35b8d3ceeb539aa68e732a221a521620 (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.