Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOURCES SOUGHT

Z -- GROUND STORAGE DIESEL FUEL TANK REPLACEMENT

Notice Date
3/18/2008
 
Notice Type
Sources Sought
 
NAICS
237120 — Oil and Gas Pipeline 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG82-08-B-3WCA24
 
Response Due
5/6/2008
 
Point of Contact
Lesia Moyer, Contract Specialist, Phone 305-278-6725, Fax 305-278-6696
 
E-Mail Address
lesia.katia.moyer@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: Contractor shall provide all labor, tools, equipment and materials necessary for repairs to the Station at U.S. Coast Guard Station Grand Isle, Louisiana, Jefferson County. Work includes but is not limited the following: replace in kind existing ground mounted tank w/ new double-wall concrete encased 1000 gallon NFPA 30, UL 142, UL 2085 & UFC Section (79-7)compliant 7-gallon overfill containment, with new leak detector, with all NFPA decals (no smoking, combustible, diesel fuel) with standard 30-year manufacturer's warranty within 36 hours; re-grout and level tank as per manufacturer's instructions; re-pipe all existing connections to new ground storage tank; extend lines and provide transitions as required; provide new direct reading liquid level indicator, compatible with new tank; reinstall existing submersible turbine pump; reinstall existing turnbuckles, existing steps with landing, and rails; re-fill existing diesel fuel back into tank; triple clean existing tank and interstitial space, remove from USCG property, and dispose of existing tank as per EPA requirements and applicable codes; paint existing exterior pipes yellow; test system tank as per mfg guidelines and existing pipes at 40 PSIG for one hour with no leaks. The applicable North American Industry Class System (NAICS) Code is 237990. The small business size standard is a 3-year averaged annual gross receipts of $31M. 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 Resgister as Interested Vendor. In order to view a Bidder's List, interested parties should click on View List of Interested Vendors. The US Coast Guard is considering whether or not to set aside this acquisition for HUBZone business concerns, 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. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or IAW 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 13 February 2008. 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 or SDVOSB, (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 or Service-Disabled Veteran-Owned Small Business Set-Aside. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern or SDVOSB. If adequate interest is not received from HUBZone concerns and SDVOSBs by close of business 13 February 2008, 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: USCG STATION GRAND ISLE, LA
Zip Code: 70358-0158
Country: UNITED STATES
 
Record
SN01535025-W 20080320/080318223602 (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.