Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

J -- USCGC MACKINAW PAINT SERVICES

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
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
HSCG8007313J47
 
Response Due
7/23/2007
 
Archive Date
8/7/2007
 
Description
The United States Coast Guard (USCG), Maintenance and Logistics Command Atlantic (MLCA) intends to issue a solicitation for a indefinite-quantity for Preservation Maintenance Services for USCGC MACKINAW (WLBB 30) The solicitation will be issued in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The Request for Quotations (RFQ) will be issued on or about Sept 15, 2006 via the Federal Business Opportunities (FedBizOpps) web site at http://www.eps.gov. The RFQ number will be HSCG80-07-Q-313J47; hard copies of the RFQ will not be issued. It is incumbent upon contractors to monitor the FedBizOpps site for RFQ release and all subsequent amendments. The NACIS code is 238320. The homeport of the vessel is 627 COAST GUARD DRIVE, CHEBOYGAN, MICHIGAN. Painting contractor certification program requirement. The Contractor shall be aware that all contractors and subcontractors who perform surface preparation and coating application on critical-coated surfaces, as defined (see 5.1.7 (Critical-coated surfaces)), shall be certified by the Society for Protective Coatings (SSPC) to the requirements of SSPC QP 1 prior to contract award, and shall remain certified while accomplishing any surface preparation or coating application. The painting contractors and painting subcontractors must remain so certified for the duration of the project. If the contractor's or subcontractor's certification expires, the contractor will not be allowed to perform any work until the certification has been reissued. Requests for extension of time for any delay to the completion of the project due to an inactive certification will not be considered and liquidated damages will apply. Notify the KO of any change in contractor certification status. NOTICE! Information on the SSPC certification programs can be found at www.sspc.org If you are a qualified business that is interested in performing these services, please notify our office of your intent. Also this synopsis will also service to see if there are any qualified HUBZONE or SERVICE DISABLED VENTERAN OWNED SMALL BUSINESS or Small Businesses . In accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business OR Small Business and intends to submit an offer on this acquisition, please respond by e-mail to smartinez@mlca.uscg.mil or by fax at (757) 628-4591. Questions may be referred to Sandra Martinez at (757) 628-4591. 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 At least two references are requested, but more are desirable. Your response is required by July 23, 2007. 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. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside. 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.
 
Place of Performance
Address: CHEBOYGAN, MI
Zip Code: 49721
Country: UNITED STATES
 
Record
SN01335796-W 20070708/070706220334 (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.