Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOURCES SOUGHT

J -- dry-dock and repairs USCGC Alex Haley

Notice Date
9/19/2012
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-13-R-P45T44
 
Point of Contact
Gerald R Acock, Phone: (808) 843-3876
 
E-Mail Address
gerald.r.acock@uscg.mil
(gerald.r.acock@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is researching sources for an anticipated Cutter drydock and repair availability. Competition and set-aside decisions may be based on the results of this research. The acquisition is for the dry-dock and repairs of the USCGC ALEX HALEY (WMEC 39) located in Kodiak AK. The period of Performance will be 06 March 2013 through 29 April 2013. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation FAR Part 12, Acquisition of Commercial Items and FAR Subpart 15, Contracting by Negotiation. In accordance with FAR 52.232-18, the contract will be subject to the availability of appropriated funds. The NAICS Code is 336611. The Government will award one contract as a result of the solicitation. The place of performance will be at the Contractors certified facility located on the West Coast from San Francisco CA to Kodiak AK. To be considered as a set-aside candidate, respondents must have a record of successfully accomplishing ship repair contracts of this nature as a prime contractor for Federal Agencies and components such as the U.S. Navy, Military Sealift Command, NOAA, U.S. Army Corps of Engineers, etc. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via email by 1300 HST on 27 September 2012. Please respond by email to Gerald.r.acock@uscg.mil with a positive statement of your intention to submit a proposal for this solicitation as a prime contractor as follows: 1. Name of Company 2. Street Address of Company 3. DUNS number of Company 4. CAGE Code of Company 5. Name, phone number and email address of main and alternate points of contact. 6. Past performance reports for at least three Federal Ship Repair projects accomplished in th last three years. Include contract numbers, project titles, dollar amounts (both award and final), points of contact (phone number and email address) and scope of work accomplished for each project. Interested parties must be registered in Central Contractor Registration (www.ccr.gov) as prescribed in FAR Clause 52.204-7 for their response to be considered. Respondents are advised the eventual solicitation will contain the clause FAR 52.219-14 "Limitations on Subcontracting (DEC 1996)" which stipulates at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A decision on potential set-aside will be posted on FEDBIZOPPS once SFLC has concluded its market research and formal acquisition planning for the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-13-R-P45T44/listing.html)
 
Place of Performance
Address: Contracot's certified facility located on West Coast from San Franisco CA area to Kodiak AK., United States
 
Record
SN02889992-W 20120921/120920001133-58f62aeb8a0f507bc328560f5e22fc6c (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.