Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
SOURCES SOUGHT

J -- USCGC ALERT (WMEC 630) DOCKSIDE

Notice Date
11/2/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-ALERT(DS)
 
Archive Date
11/23/2010
 
Point of Contact
Maria E. Chapa-Johnson, Phone: 7576284597, Mildred Feguereo, Phone: (757)628-4637
 
E-Mail Address
Maria.E.Chapa-Johnson@uscg.mil, mildred.a.figuereo@uscg.mil
(Maria.E.Chapa-Johnson@uscg.mil, mildred.a.figuereo@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, or Service-Disabled Veteran-owned concerns, or for Small Business. The small business size standard is 1,000 employees. The NAICS Code is 336611. The acquisition is for USCGC ALERT (WMEC-630) DOCKSIDE, 210 FOOT "B CLASS", Medium Endurance Cutter. All work will be performed at the vessel's homeport: Warrenton, OR 97146 The estimated dollar value of this procurement is between $250,000.00 and $500,000.00. The performance period will be fifty two (52) calendar days with a start date on or about April 19, 2011. The work will include, but is not limited to; WORK ITEM 1: Anchor Windlass, Level 2 Inspect and Repair WORK ITEM 2: Main Diesel Engine (MDE) Exhaust Piping, Clean and Inspect WORK ITEM 3: Ship Service Diesel Generator (SSDG) Exhaust Piping, Clean and Inspect WORK ITEM 4: Boiler Exhaust Piping, Clean WORK ITEM 5: Fuel Valves, Overhaul or Renew WORK ITEM 6: Compressed Air System Valves, Inspect and Test WORK ITEM 7: Helo Talon Grids, Inspect and Test WORK ITEM 8: Forward Urinal Drain System, Clean and Flush WORK ITEM 9: Firemain Valves, Overhaul or Renew WORK ITEM 10: Steam Valves, Renew WORK ITEM 11: Piping Insulation, Renew WORK ITEM 12: Warping Capstan, Level 2 Inspect and Repair WORK ITEM 13: Tanks (Potable Water), Preserve " 100% " WORK ITEM 14: Signal Lights, Install WORK ITEM 15: Mast Lighting Multi Cable Transit Block, Renew WORK ITEM 16: Deck Covering (Wet/Dry), Seal WORK ITEM 17: Deck Covering (Interior Wet/Dry), Renew WORK ITEM 18: Davit, Single Point, Level 2 Inspect and Repair WORK ITEM 19: Starboard Laundry Bulkhead, Inspect, Preserve, and Re-insulate WORK ITEM 20: SW Heat Exchangers; Clean, Inspect and Hydro WORK ITEM 21: Ship Service Diesel Generator, Clean & Inspect WORK ITEM 22: General Stores Compartment, Preserve and Repair WORK ITEM 23: Compressed Air System Valves,Renew No geographic restriction. The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Test Program for Certain Commercial Items. The Coast Guard intends to award a fixed price contract resulting from the solicitation. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. The following factors shall be used to evaluate offers: Past Performance and Price. Past Performance is significantly more important than price. At the present time, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and pone 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 FAR 52.219-27, 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 or SDVOSB 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 November 8, 2010. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside or Service-Disabled Veteran-Owned Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, Small Business, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov. Questions may be referred to Helen Chapa-Johnson via e-mail: maria.e.chapa-johnson@uscg.mil or (757) 628-4597.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-ALERT(DS)/listing.html)
 
Record
SN02320707-W 20101104/101102234018-93152a1b6b78a768ddd5b37c2a69c10b (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.