Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOURCES SOUGHT

J -- District 14 (Hawaii & Guam) electronics maintenance services

Notice Date
6/1/2009
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island, Building 54C, Alameda, California, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-10-R-65M206
 
Point of Contact
Kathryn M Rato, Phone: 510/437-5915, Emely T Hagins, Phone: (510) 437-3057
 
E-Mail Address
Kathryn.M.Rato@uscg.mil, Emely.Hagins@uscg.mil
(Kathryn.M.Rato@uscg.mil, Emely.Hagins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: 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 $500,000 - $1,000,000 for the combined initial contract year and 4 option years. The applicable North American Industry Class System (NAICS) 2007 code is 811213. The small business size standard is a three-year averaged annual gross receipt of $7. million. 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, materials, tools, equipment and supervision necessary to maintain 24/7 connectivity for the National Voice Distress System (NVDS) and Nationwide Automated Identification System (NAIS). Major NDS equipment consists of: (Motorola VHF-FM radios and consoles, emergency generator, VHF antennas). Major NAIS equipment is as follows: (Site Controller, Networked Power switch, AIS Receiver, UPS Power Supplies, VHF and GPS Antennas, Lightning Arrestor, etc). Provide preventive maintenance per annual schedule (2 per NDS site, 1 per NAIS site) and casualty maintenance services to bring site operational within 9 hours from failure. There are currently 11-NDS and 3-NAIS sites located throughout the Hawaiian Islands, as well as 3-NDS sites on Guam. More sites are possible. Then 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 Kathryn.m.rato@uscg.mil with “Sources Sought for Solicitation Number HSCG89-09-R-65M206” in the subject line Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor;. Contractors are reminded that should this acquisition become a HUBZone or SDVOSB Small Business set aside, 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 Jun 8, 2009. If adequate interest is not received from HUBZone concerns and SDVOSBs by the close of business Jun 8, 2009, this solicitation will be issued as an unrestricted basis without further notice. 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 posted electronically for this project; vendors should click on “Add to Watch List”. *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG89-10-R-65M206/listing.html)
 
Place of Performance
Address: hawaii and Guam, Hawaii, United States
 
Record
SN01832007-W 20090603/090601234446-746f4737bc00143c3be9f4a2af51dd5f (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.