Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOURCES SOUGHT

Z -- REPLACE FIRE SUPPRESSION SYSTEMS IN TRANSMITTER/ADMIN AND OPS BUILDINGS, USCG LORAN STATION JUPITER, FL

Notice Date
5/7/2008
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-08-B-3WCA44
 
Response Due
5/22/2008
 
Point of Contact
Sherry C Dague, Phone: 305-278-6721, Deborah J Boydston, Phone: 305-278-6718
 
E-Mail Address
Sherry.C.Dague@uscg.mil, deborah.j.boydston@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. 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 $100,000.00 and $200,000.00. The applicable North American Industry Class System (NAICS) 2002 code is 238210. 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 Remove all of the existing halon filled canisters from the Transmitter/Administration Building electronic cabinets and related electronic components, crate and store on-site. Remove all of the existing carbon dioxide fire suppression system from the Operations Building including piping, heads, cabinets and related components. Remove and dispose of all of the existing Transmitter/Administration Building cabinet mounted smoke and heat detectors and replace with new compatible with the existing fire suppression panel serving this building. Furnish and install a new water-mist fire suppression system to serve the existing emergency generator room located in the Operations Building. Furnish and install new ceiling smoke detectors (replace existing) serving the Operations Building. Connect the new water-mist system and the new smoke detectors serving the existing Operations Building along with the new smoke and heat detectors serving the existing transmitter cabinet located in the Transmitter/Administration Building and connect all to the existing fire suppression panel located in the Transmitter/Administration Building, complete, including all testing. 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 19.1405 if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to Sherry.C.Dague@uscg.mil or by fax (305) 278-6696. Questions may be referred to Sherry.C.Dague at (305) 278-6721. 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 15 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 May 22, 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.fbo.gov/. To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2b7336d216ffd0a746abba152f50ea5&tab=core&_cview=1)
 
Place of Performance
Address: U.S. COAST GUARD LORAN STATION, 13800 S.E. FEDERAL HIGHWAY, MARTIN COUNTY, HOBE SOUND, Florida, 33455-3699, United States
Zip Code: 33455-3699
 
Record
SN01568702-W 20080509/080507220702-f2b7336d216ffd0a746abba152f50ea5 (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.