SOURCES SOUGHT
20 -- DOCKSIDE FOR CGC CUSHING
- Notice Date
- 10/30/2012
- 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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- CGC_CUSHING_DOCKSIDE_FY13
- Point of Contact
- Nancy M Brinkman, Phone: 757-628-4579, Louis J Romano, Phone: (757)628-4651
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
(Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DOCKSIDE repairs to CGC CUSHING (WPB-1321), homeported in San Juan, PR. There is a Geographical restriction of 576 Nautical Miles one-way or 1152 round-trip from Key West, Florida. All work will be performed at the contractor's facility within the United States. The performance period is schedule for Thirty-Two (32) calendar days and is expected to begin on or about May 7, 2013. The scope of the acquisition for each vessel can include, but is not limited to: 1. Hull Plating (U/W Body) Diver's Inspection 2. Tanks (Fuel Stowage and Overflow), Clean and Inspect 3. Tanks (Fuel Service), Clean and Inspect 4. Tanks (Potable Water), Clean and Inspect 5. Tanks (Sewage Holding), Clean and Inspect 6. Tanks (Sewage Holding), Preserve "Partial" (O) 7. Tanks (Potable Water), Preserve "Partial" (O) 8. Temporary Services, Provide 9. Data Service, Provide 10. Piping, AC, Sea Water Discharge, Renew (CSMP 2012008) 11. Piping, Potable Water, Renew (CSMP2012007) 12. Piping, Sewage, Renew (CSMP 2012006) 13. Pyrotechnics Lockers, Repair (CSMP 2012004) **Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. **No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if your firm is Service-Disabled Veteran-owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, your firm is REQUIRED to submit a Disabled Veteran's Certification and SBA certification to support the socio-economic status. With your 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 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. 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 or Small Business set aside. Failure to submit all information requested may result in a Total Small Business Set aside acquisition. 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.fedbizopps.gov. Your response is required by November 9, 2012 at 10:00 a.m. E.S.T. Please submit a respond by e-mail to Nancy.M.Brinkman@uscg.mil. Questions may be referred to Nancy Brinkman at (757) 628-4579.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGC_CUSHING_DOCKSIDE_FY13/listing.html)
- Place of Performance
- Address: Contractor's facility within the geographical restriction as stated above, United States
- Record
- SN02921331-W 20121101/121030234019-8396e10100f49e455df9e3e00c640aec (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 |