Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOURCES SOUGHT

Z -- REPLACE FINGER PIERS AND WHARF AT USCG STATION PANAMA CITY, FLORIDA

Notice Date
3/24/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering 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-3WCA28
 
Response Due
5/21/2008
 
Point of Contact
Deborah Boydston, Contract Specialist, Phone 305-278-6718, Fax 305-278-6696, - Sherry Dague, Contracting Officer, Phone 305-278-6721, Fax 305-278-6696
 
E-Mail Address
deborah.j.boydston@uscg.mil, sdague@ceumiami.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or Small Business Concerns. The estimated value of this procurement is between $1,000,000.00 and $5,000,000.00. The applicable North American Industry Class System (NAICS) 2002 code is 237990. The small business size standard is a three-year averaged annual gross receipt of $13.0 million. 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. This project is to provide all labor, tools, materials, and equipment to replace finger piers and wharf as follows located at USCG Station Panama City, 1700 Thomas Drive, Panama City, FL 32408. The performance period will be 330 calendar days. Proposed scope of work consists of: Demolition of boat slip covered mooring, finger piers and wharf (excluding piles); stabilization of steel sheet pile bulkhead; stabilization of main wharf; construction of concrete pile caps and concrete deck; installation of pre-engineered covered moorings; rebuilding of retaining wall; construction of CMU storage shed; removal and replacement of light poles and foundations; removal and replacement of new diesel fuel system and misc. items; installation of new shore power, transformers, and breaker boxes; installation of new fenders, cleats, timber piles, railing, and utility items; construction of timber pier; relocation of utilities; and installation of new electrical. 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 19.1404 if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to deborah.j.boydston@uscg.mil or by fax (305) 278-6696. Questions may be referred to Deborah J. Boydston at (305) 278-6718. In response please include the following: (a) a positive statement of your intent 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; and (c) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 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 or employees of other HUBZone small business concerns. Your response is required by March 14, 2008. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOpps website at http://www.fedbizopps.gov/. To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
 
Place of Performance
Address: USCG Station Panama City, 1700 Thomas Drive, Panama City, FL.
Zip Code: 32408
Country: UNITED STATES
 
Record
SN01539777-W 20080326/080324223416 (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.