Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
SOLICITATION NOTICE

J -- Overhaul and Maintenance Repair of USCG owned Aids to Navigation (ATON) Buoys and Parts

Notice Date
5/8/2018
 
Notice Type
Presolicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
70Z08418RBHQ00500
 
Point of Contact
Janet M Kodmon, Phone: 7576284962, Clenton A. Shanks, Phone: 7576284115
 
E-Mail Address
janet.m.kodmon2@uscg.mil, clenton.a.shanks@uscg.mil
(janet.m.kodmon2@uscg.mil, clenton.a.shanks@uscg.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This acquisition is to provide all labor, materials, equipment, transportation and supervision necessary to provide Overhaul and Maintenance Repairs to USCG owned Aids to Navigation (ATON) Buoys and parts within the 1st, 5th, 11th, 13th AND 14th U.S. Coast Guard Districts. These Districts will be broken into Zones as follows: Zone 1-District 13 (Primary locations include Astoria, OR, Portland, OR, Seattle, WA and Everett, WA); Zone 2-District 11(Primary locations include San Francisco, CA and San Pedro, CA); Zone 3-District 1 and District 5 (Primary locations include Portsmouth, VA, Baltimore, MD, IPD South Weymouth, and ANT South Portland) and Zone 4-District 14 (Primary Location is Guam). The USCG anticipates up to four single awards, one for each of the Zones identified above. Anticipated Period of Performance will be a Base Period plus Four, One Year Option Periods, if exercised by the Government, with the Base Period of Performance beginning on or about October 1, 2018. The Contractor shall be able to provide all labor, materials and supervision to overhaul, upgrade and outfit buoys, which includes but is not limited to surface preparation, coating application, inspections, minor repairs, upgrading non-standard buoys to standard buoys and outfitting buoys with wiring and associated components, vent lines, whistles, bells or gongs, and gaskets. The Contractor shall also be able to transport the buoys to and from designated locations to the Contractor's facility. The Government will award contracts from this request for proposals to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance and price considered. This solicitation will be a partial Small Business Set-Aside. All responsible sources may submit an offer, which will be considered by this agency. The solicitation package will be available at this site on or about 23 May 2018. No paper copies of the solicitation will be distributed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/70Z08418RBHQ00500/listing.html)
 
Place of Performance
Address: Contractor Facilities, United States
 
Record
SN04915077-W 20180510/180508231231-1a3728869574bea9b51eec8eaf9ed937 (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.