SOURCES SOUGHT
20 -- Transformer & Automatic Bus Transfer Switch Installation for the Aqueous Film Forming Foam Fire Fighting System
- Notice Date
- 11/16/2012
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG80-13-D-PXXXXX
- Archive Date
- 12/13/2012
- Point of Contact
- Emily L. Clark, Phone: 7576284652
- E-Mail Address
-
emily.l.clark@uscg.mil
(emily.l.clark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Fused Step-Down Transformer & Automatic Bus Transfer (ABT) Switch Installation for the Aqueous Film Forming Foam (AFFF) Fire Fighting System USCG WMEC 210' A & B Class Cutters The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone set aside, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business set aside. The estimated value of this procurement is between $200,000.00 and $400,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is for installation of a fused step-down transformer (contractor provided) and an Automatic Bus Transfer (ABT) switch (provided as Government Furnished Equipment) for the Aqueous Film Forming Foam (AFFF) Fire Fighting System onboard all 14 U.S. Coast Guard 210' A & B Class Cutters at multiple vessel locations within the continental U.S. The prototype installation is the only scheduled period of performance at this time. Period of performance start date for the prototype is expected to begin on or about 10 June 2013 and end on or about 14 June 2013. Upon completion of the prototype installation the COR will work with the Contractor to develop a schedule of dates and locations to accomplish the remaining installations. The scope of this acquisition is to install a fused step-down transformer and an Automatic Bus Transfer (ABT) switch for the Aqueous Film Forming Foam (AFFF) Fire Fighting System as shown on Coast Guard drawings to be provided. This installation will provide the AFFF Fire Fighting System with dual power sources. The Contractor shall provide and install all equipment (including the step-down transformer), mounting foundations, materials, labor and hardware (with the exception of the ABT switch that is Government Furnished Equipment) to complete the transformer and ABT switch installation as shown on the Coast Guard drawings and in accordance with TP S9324-AJ-MMO-A10. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued as a small business set aside. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1405, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Emily Clark at Emily.L.Clark@uscg.mil. Questions may also be referred to Emily Clark at the email address and by phone at (757) 628-4652. In your 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 phone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. 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. 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 Notice of Total SDVOSB set aside will apply. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. Your response is required by 2:00 p.m. EST, 28 November 2012. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or SDVOSB 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 FBO website at https://www.fbo.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-13-D-PXXXXX/listing.html)
- Record
- SN02932965-W 20121118/121116235102-f2f0dbfc88f25552b29af6b148c3e920 (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 |