SOURCES SOUGHT
20 -- Diesel-Fired-Hammer-And-Pile-Driver-Lead-Overhaul - Diesel Fired Hammer and Pile Driver Lead Overhaul Specification
- Notice Date
- 3/20/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- 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
- 70Z08518QP45999-Diesel-Fired-Hammer-And-Pile-Driver-Lead-Overhaul
- Archive Date
- 5/31/2018
- Point of Contact
- Vincent Yee, Phone: 5106375988, Andrew G. Jacobs, Phone: 5106375874
- E-Mail Address
-
vincent.yee@uscg.mil, Andrew.G.Jacobs@uscg.mil
(vincent.yee@uscg.mil, Andrew.G.Jacobs@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Diesel Fired Hammer and Pile Driver Lead Overhaul Specification The U.S. Coast Guard intends to solicit for a contractor with the capabilities to overhaul a Delmag Model D6-32 diesel fired hammer and pile driver lead. The government is seeking contractors with the capacity to overhaul a maximum of 28 sets of diesel fired hammers and pile driver leads over the next five (5) years. All overhauls shall occur at the awarded contractor's repair facility and each individual task order's target performance period is 30-days per set of one (1) diesel fired hammer and one (1) pile driver lead set. NOTE: The performance period will commence upon receipt of F-condition equipment and the Coast Guard will stagger each overhaul, limiting a maximum of seven (07) overhauls per fiscal year. The Coast Guard will ship each F-condition hammer and guiding pile driver set to the awarded contractor's facility for overhaul, and the contractor shall include shipping costs of refurbished equipment to designated Coast Guard Cutter's home port. The Coast Guard reserves the right to adjust delivery dates and locations as needed, based on operational cutter schedules. For estimated and planning purposes, the contractor shall anticipate shipping refurbished equipment to the following 12 locations: Atlantic Beach, North Carolina; Baltimore, Maryland; Charleston, South Carolina; Corpus Christi, Texas; Galveston, Texas; Mayport, Florida; Miami Beach, Florida; Mobile, Alabama; Morgan City, Louisiana; New Orleans, Louisiana; Portsmouth, Virginia; and St. Petersburg, Florida. Equipment dimensions: Pileco D6-32 diesel fired hammer (170IN x 40IN x 40IN, 4000 lbs) and pile driver guiding lead (605IN x 12IN x 12IN, 3650 lbs). Period of Performance estimated to be: 02July2018 thru 30June2023 Companies which would be interested in submitting a proposal for this requirement should reply to this sources sought notice noting their business size status such as large business, small business, HUBZone, Service-Disabled Veteran-owned, Women Owned Small Business etc.... Further if there are no past performance evaluations on file in the Past Performance Information System Retrieval database, contractors should provide a couple past performance references including the following information: contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Replies should be sent by March 28, 2018, 02:00 pm Pacific Time to: Vincent.Yee@uscg.mil Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted. After the determination a combined synopsis/solicitation will be posted on this website (https://www.fbo.gov/). The NAICS Code is 237990. The small business size standard is less than or equal to $36.5 Million Contractors are reminded that in the case of a HUB Zone set-aside, FAR 52.219-3, "Notice of HUBZone Set-Aside or Sole Source Award" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small businesses. Contractors are also reminded that in the case of a Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, "Notice of Service-Disabled Veteran-Owned Small Business Set-Aside" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other service disabled veteran owned small businesses. Additionally, regarding FAR 52.219-30 "Notice of Set A-Side For Women-Owned Small Business Concerns...": A women-owned small business (WOSB) concern eligible under the WOSB Program, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08518QP45999-Diesel-Fired-Hammer-And-Pile-Driver-Lead-Overhaul/listing.html)
- Place of Performance
- Address: Contractor's facility, to be determined., United States
- Record
- SN04860393-W 20180322/180320231054-2b6962f90116ae9cc4dfa9cf38e97e3d (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 |