Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
MODIFICATION

J -- USCG RAMP AND WINCH SYSTEM

Notice Date
2/9/2007
 
Notice Type
Modification
 
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
USCG-RAMPANDWINCHSYSTEM
 
Archive Date
2/16/2008
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 001: This procurement NAICS CODE is hereby changed to 333923 in lieu of 336611. The small business size standard is less than 500 employees. The solicitation under the correct NAICS CODE will be issued electronically on the FEDBIZOPPS web page on or about February 16, 2007. This procurement is a Small Business Set-Aside. All responsible Small Business Concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The solicitation will be issued electronically on the FEDBIZOPPS web page on or about January 23, 2007, at http://www/eps/gov/. Please sign up for the Auto Notification Service to receive e-mail from FEDBIZOPPS when an action is taken under this solicitation. THIS COMMERCIAL ITEM REQUIREMENT IS SET-ASIDE FOR SMALL BUSINESS CONCERNS AND WILL BE EVALUATED USING PAST PERFORMANCE AS THE MOST IMPORTANT EVALUATION FACTOR. The USCG Dock Ramp System is located at 221 Mississippi Dr. Keokuk, IA 52632-5851. The availability schedule is for THIRTY (30) calendar days, starting on or about May 21, 2007. The contractor shall provide all labor, material and equipment necessary to repair the USCG DOCK RAMP SYSTEM including the following Base items: Renew Ramp Winch System; Movable Bridge Overhaul; and, Preserve Winch Support Structure. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are now available on CD-ROM. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request [ten days from solicitation issuance]. MLCA must have ten (10) days advance notice to complete a CD-ROM set of drawings. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Drawings are still available in hardcopy; however, a non-refundable charge of $150.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact the Contracting Official, Dawn J. Dabney at 757-628-4636. Note 1 applies.
 
Place of Performance
Address: 221 MISSISSIPPI DR., KEOKUK, IA
Zip Code: 52632
Country: UNITED STATES
 
Record
SN01229286-W 20070211/070209220433 (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.