Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOURCES SOUGHT

J -- HOMEPIER DOCKSIDE REPAIRS TO USCGC LEGARE

Notice Date
12/18/2008
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DSUSCGCLEGARE
 
Archive Date
1/14/2009
 
Point of Contact
FREDRICK BARAT BAECHLE,, , Beverly A Garner, Phone: (757) 628-4663
 
E-Mail Address
FREDRICK.B.BAECHLE@USCG.MIL, Beverly.A.Garner@uscg.mil
 
Small Business Set-Aside
N/A
 
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 for Small Businesses. Response by interested parties must be made by interested parties by 30 December 2008 The estimated value of this procurement is between $100,000 and $200,000.00. The small business size standard is less than 1,000 employees. The acquisition is homepier dockside repair the USCGC LEGARE (WMEC-912), A 270 foot “B” class medium endurance cutter. The homeport of the vessel is p Portsmouth, VA 23703. The performance period is thirty five (39) calendar days and is expected to begin on or about 6 Apr 2009 and end on or about15 May 2009. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC LEGARE (WMEC-912) This work will include, but is not limited to: Perform Hydraulic Articulating Crane Maintenance, Perform Hydraulic articulating crane maintenance hoses, inspect and repair port and starboard fin stabilizer systerms.. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the 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 a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to; Fredrick.B.Baechle@uscg.mil or by fax at (757) 628- 4676 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. At least two references are requested, but more are desirable. Your response is required by Jan 10, 2008 at 4:30 pm, EST. 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. Contractors are 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, Service Disabled Veteran-owned Small Business set aside or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to F. Barat Baechle at (757) 628-4652.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c42df83597dca43de819b980431b253c&tab=core&_cview=1)
 
Place of Performance
Address: PORTSMOUTH, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN01721390-W 20081220/081218215725-c42df83597dca43de819b980431b253c (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.