Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOURCES SOUGHT

Z -- REPLACE POTABLE WATER SERVICE

Notice Date
7/3/2006
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-06-B-3WCA54
 
Response Due
8/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: Contractor to provide all labor, tools, equipment and materials necessary to replace potable water valves at shore-ties at US Coast Guard Station, ISC Miami, Florida, Miami-Dade County. Work includes but is not limited to replacing 9 valve boxes with new aluminum (diamond tread) valve boxes (approximate size 30?x30?x30?) with hinged covers and cam locks; temporary toilet and lavatory facilities with a minimum of 2 toilets and 2 lavatories each for males and females; 3 potable water dispensers with coolers and 5-gallon containers for a two-week period; one 600 feet 1-1/2? hose and transition valves from fire hydrant #11 to berths 1,2,3,4 (upon completion of work, hose and valves shall become property of USCG); one 500 feet 1-1/2? hose and transition valves from fire hydrant #6 to berths 5,6,7 (upon completion of work, hose and valves shall become property of USCG); and USCG personnel will occupy all adjacent area bordering new construction. Therefore contractor shall isolate construction area as required with temporary partition and safety measures as required. The project shall be completed in several phases with each proceeding phase to be completed before progressing with the next phase. The applicable North American Industry Class System (NAICS) Code is 237110. The small business size standard is a three-year averaged annual gross receipts of $31 million. Estimated construction price range is $100,000 to $250,000. Bid, payment and performance bonds are required. Performance period is 90 calendar days. The solicitation package will be available at the following web site: http://www.fbo.gov. All amendments and pertinent information will be available at this website. To receive immediate notification of all changes posted electronically, vendors should click on "Register to Receive Notification". All vendors interested in teaming or subcontracting for this solicitation, should click on "Register as Interested Vendor". In order to view a "Bidder's List", interested parties should click on "View List of Interested Vendors". This action is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate their interest to the Contracting Officer, in writing, as early as possible but to be received not later than 15 calendar days of this notice or NLT June 1st, 2006. As a minimum, the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. All information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern. If adequate interest is not received from HUBZone concerns by close of business June 1st, 2006, this solicitation will be issued as a ?Small Business Set-Aside? basis without further notice. As of January 1, 2005. Contractors must use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. In order to upload your Reps & Certs to ORCA, you must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). ORCA is available through the Business Partner Network (BPN) at <http://www.bpn.gov/ >.*****
 
Place of Performance
Address: 100 MACARTHUR CAUSEWAY, MIAMI FL
Zip Code: 33139
 
Record
SN01082208-W 20060705/060703220152 (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  © 1994-2020, Loren Data Corp.