Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
SOURCES SOUGHT

J -- USCG PONTOON FLOATING DOCK

Notice Date
11/16/2006
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DDPONTOONFLOATINGDOCK
 
Response Due
11/30/2006
 
Archive Date
11/15/2007
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns. The small business size standard is less than 1,000 employees. The acquisition is to repairs to a 26 Pontoon Floating Dock at Keokuk Iowa. The contractor will be responsible to transport the dock in sections to their facility to perform the work. The performance period is FIFTY-SIX (56) calendar days and is expected to begin on or about 21 May 2007. The scope of the acquisition is for the overhauling, renewing and repairing of various items on the floating dock at Keokuk Iowa. This work will include, but is not limited to: Transport dock section to and from home port; Renew sewage Tank Pump Unit; Preserve Underwater Body; Preserve Weather Deck Surfaces; Inspect Various Deck Fittings; Renew Dock Marking and Pier Lights; Install Sewage Line Discharge Pipe; Routine Drydocking; Preserve Pontoon Interiors and Sewage Tank; and Inspect Power Panels and Main Line Feed. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, it is expected that the acquisition will be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to dawn.j.dabney@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Dawn J. Dabney at (757) 628-4636. In your response you must include: (a) a positive statement of your intention 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 telephone numbers; (c) past performance references with points of contact and telephone numbers; and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. At least two references are requested, but more are desirable. Your response is required by November 30, 2006. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-3, Notice of Total HUBZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are also reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business set aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside or Service-Disabled Veteran-Owned Small Business set-aside. Failure to submit all information requested may result in Small Business set-aside acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
 
Record
SN01182141-W 20061118/061116220337 (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.