Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
SOURCES SOUGHT

J -- CGC BEAR DOCKSIDE

Notice Date
3/1/2013
 
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-Q-P45J78
 
Archive Date
3/21/2013
 
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 Dockside Repairs USCGC BEAR (WMEC-901) The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. The estimated value of this procurement is between $250,000.00 and $400,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs onboard USCGC BEAR (WMEC-901), a 270 foot "A" class medium endurance cutter. Place of performance will be at the cutters homeport, Portsmouth, VA 23703. The performance period is from May 28 - June 25, 2013. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC BEAR (WMEC-901). This work will include, but is not limited to: WORK ITEM 1: SW Heat Exchangers; Clean, Inspect and Hyrdo WORK ITEM 2: Chill Water System, General Maintenance WORK ITEM 3: Steering Gear (General), Overhaul WORK ITEM 4: Sewage Piping, Clean and Flush WORK ITEM 5: Padeyes, Inspect and Test 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 this 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 indicating your Small Business Program; (b) evidence of work experience 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. 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 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. 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 10:00 AM EST, 06 March 13. 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. 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 the FBO website at https://www.fbo.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-13-Q-P45J78/listing.html)
 
Place of Performance
Address: Cutter Homeport, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN03000873-W 20130303/130302091917-effec7a03529f5e1b2ae1c0192da5624 (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.