SOURCES SOUGHT
28 -- Technical Assistance and Oversight necessary for USCG cutter crews to successfully perform the overhaul of main diesel engines
- Notice Date
- 6/14/2010
- Notice Type
- Sources Sought
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG80-10-Q-P45BY3
- Archive Date
- 6/14/2011
- Point of Contact
- Chas Hartley, Phone: 757-628-4657, Michael Monahan, Fax: 757-628-4676
- E-Mail Address
-
chas.f.hartley@uscg.mil, michael.e.monahan@uscg.mil
(chas.f.hartley@uscg.mil, michael.e.monahan@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought MDE Technical Assistance and Oversight for Overhaul HSCG80-10-Q-P45BY3 The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. This Solicitation will be for the Technical Assistance and Oversight necessary for USCG cutter crews to successfully perform the overhaul of main diesel engines (MDE) both #1 and #2 aboard U.S. Coast Guard WMEC-210 "A" Class and "B" Class vessels and WMEC-270 "A" Class and "B" Class vessels on various cutters in various locations in the United States. The estimated dollar value of this procurement is between $1,000,000 and $5,000,000 over the base year and the four optional years. The applicable NAICS code is 333618. Size Standard is $12.5 million. For the calculations of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA Small Business Size Regulation,http://sba.gov/regulations/121/. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items. The Coast Guard intends to award a fixed price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Corporate Experience 2) Past Performance and, 3) Price. Factors 1-3 will be applied to determine the best value to the Government. Corporate Experience Past Performance shall be considered significantly more important than price (factor 3). At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Chas Hartley at chas.f.hartley@uscg.mil or Fax at 757-628-4562. Questions may also be referred to Chas Hartley at this email address and by phone at (757) 628-4657. In 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 telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, FAR 52.219-3, Notice of Total HUBZone Set Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 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. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Your response is required by 4:30 p.m. EST, 21June 10. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, 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 set aside will be posted on the FBO website at https://www.fbo.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG80-10-Q-P45BY3/listing.html)
- Record
- SN02176462-W 20100616/100614234317-1f5861c56350c99b3bd145a86517e142 (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 |