SOURCES SOUGHT
X -- USCGC KISKA DRYDOCK DINING AND LODGING SERVICES
- Notice Date
- 2/17/2012
- Notice Type
- Sources Sought
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- 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
- KISKAFY12DD-DL
- Archive Date
- 9/10/2012
- Point of Contact
- Louis J Romano, Phone: (757)628-4651, Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil
(louis.j.romano@uscg.mil, Nancy.M.Brinkman@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, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), for Women-Owned Small Business concerns (WOSB) or for Small Businesses. The small business size standard for NAICS 721110 is $30.0 million. The scope of the acquisition is to provide temporary dining and lodging for the twenty (20) crewmembers of the USCGC KISKA (WPB-1336) during their dry dock availability from 11 APR 2012 thru 10 AUG 2012, a period of performance of one hundred and twenty-one (121) calendar days. Lodging to consist of eight (8) double and four (4) single rooms and meals will be provided for twenty (20) crewmembers. Due to the limited number of shipyards located in the Hawaiian Islands that have the capabilities to dry dock a vessel of this size, there are two (2) possible facilities where the USCGC KISKA can sail to for their 2012 dry dock availability: Location #1; 91-607 Malakaole Road, Kapolei, Hawaii 96707, Island of Oahu or Location #2; Pier 41, Honolulu, Hawaii, 96817, Island of Oahu. In accordance with FAR 19.502, 19.1305 and FAR 19.1405, if your firm is a small business, HUBZone certified, a Service-Disabled Veteran-Owned Small Business or a Women-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to Louis.J.Romano@uscg.mil at (757) 628-4651. In your response you must include (a) a positive statement of your intention to submit a quote 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; and (c) past performance references with points of contact and telephone numbers. Your response must also include your statement of intent to submit a quote for either or possibly both shipyards based on the location of the lodging facility, which cannot be more than twenty (20) miles from either of the facilities listed above. In other words, if you have a lodging facility that is within 20 miles of the first location, you can provide a quote for that facility. If you have a lodging facility that is within 20 miles of the second location, you can provide a quote for that facility also. The actual location where the vessel will be going for their availability will be published in the pre-solicitation synopsis once the contract is awarded on or about 10 March 2012. Contractors need to provide applicable Service-Disabled Veteran-Owned Small Business (SDVOSB) Veterans Administration Certification and SBA Certification to verify their status as a SDVOSB. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside, Service Disabled Veteran-Owned Small Business set-aside, Women-Owned Small Business set-aside or Small Business set-aside. Failure to submit all information and certification requested may result in this requirement being set aside as a 100% Small Business Set-Aside. A decision on whether this will be pursued as a HUBZone set-aside, SDVOSB set-aside, WOSB set-aside or small business set-aside, will be posted in the Fedbizopps website at http://www.fedbizopps.gov. At least two references are requested, but more are desirable. Your response is required by February 23, 2012 at 2:00 pm, EDT. Contractors are reminded that should this acquisition become a HubZone set aside, FAR 52.219-3, Notice of Total HubZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together, as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/KISKAFY12DD-DL/listing.html)
- Place of Performance
- Address: Cutter will be drydocked at a contractor facility on the Island of Oahu, Oahu, Hawaii, United States
- Record
- SN02678642-W 20120219/120217235110-fc62d101f171a37f8fef43504caf2b67 (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 |