Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

Z -- MASTER INSTALL AUTO GATE SYSTEM AT USCG ANT COLFAX, LA

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG82-08-B-3WCA16
 
Response Due
3/14/2008
 
Point of Contact
Deborah Boydston, Contract Specialist, Phone 305-278-6718, Fax 305-278-6696
 
E-Mail Address
deborah.j.boydston@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: Provide all labor, tools, materials, and equipment to provide automatic gate operator. Provide exterior metal ladder complying with safety requirements to access roof. Fill void under sidewalk with a high slump concrete mix and replace sidewalk. Provide buoy storage catwalks and ladders. Repaint buoy rack railings. Provide a prefabricated stair and landings for Shop storage meeting applicable codes and standards. Relocate security fence line along the north perimeter. Provide approximately 300-linear feet of new security chain link fence and 6-ft wide swing gate as follows located at U.S. Coast Guard ANT Colfax, LA. Estimated construction price range is $100,000 and $250,000. Performance period is 90 calendar days. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The applicable North American Industry Class System (NAICS) 2002 code is 238120. The small business size standard is a three-year averaged annual gross receipt of $13.0 million. There was a Sources Sought issued in November 2007 looking for HUBZones. However, due to our regulation changes, we must consider HUBZones and SDVOSB before we consider Small Business Concerns. Since there were no interested HUBZones, the following now applies: The US Coast Guard is considering whether or not to set aside this acquisition for Service-Disable Veteran-Owned Small Business Concerns (SDVOSB) or Small Business Concerns. At the present time, this acquisition is expected to be issued as a Small Business Set-Aside. in accordance if FAR 19.1404, if your firm is SDVOSB and intends to submit an offer on this acquisition, then those interested 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 14 March 2008. As a minimum, the following information is required: (a) a positive statement of your intention to submit an offer 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, and points of contacts and telephone numbers and (c) 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 SDVOSB or Small Business Set-Aside. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB. If adequate interest is not received from SDVOSBs by close of business 14 March 2008, this solicitation will be issued as a Small Business Set-Aside basis without further notice. To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification]. 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: USCG ANT COLFAX, 350 CONTROL HOUSE RD. COLFAX, LA
Zip Code: 71417
Country: UNITED STATES
 
Record
SN01519464-W 20080301/080228223956 (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.