Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2010 FBO #2988
SOLICITATION NOTICE

P -- Light Debris removal services in various waterways of Acadia, Ascension, Assumption, Calcasieu, Cameron, Jefferson Davis, Livingston, St. Charles, St. James, St. John the Baptist, St. Tammany, and Tangipahoa Parishes located in Louisiana

Notice Date
1/27/2010
 
Notice Type
Presolicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-10-R-VYZ005
 
Point of Contact
Jerry Hendricks, Phone: 757-628-4118, Michelle M Blake, Phone: 757-628-4110
 
E-Mail Address
gerard.e.hendricks@uscg.mil, michelle.m.blake@uscg.mil
(gerard.e.hendricks@uscg.mil, michelle.m.blake@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation HSCG84-10-R-VYZ005 for Light Debris removal services in various waterways of Acadia, Ascension, Assumption, Calcasieu, Cameron, Jefferson Davis, Livingston, St. Charles, St. James, St. John the Baptist, St. Tammany, and Tangipahoa Parishes located in Louisiana which poses an immediate threat to navigable waterways, improved property, public health or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended, will be available on or about 11 February 2010. Light Debris removal services shall include all labor, materials, equipment and any other items or services applicable or appropriate to remove the light debris located in the Parishes referenced above. This requirement will be identified as Northern Parishes. The applicable NAICS code is 562119. Size Standard is $12.5 million. For the calculations of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA Small Business Size Regulation, http://sba.gov/regulations/121/. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5 Test Programs For Certain Commercial Items. The Coast Guard intends to award a fixed price contract resulting from this solicitation. Work shall commence within 10 calendar days after contractor receives authorization to proceed and complete work no later 140 calendar days after commencement of work. The Government shall award a contract resulting from this solicitation to a responsive, responsible offeror whose written offer is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Technical Approach, 2) Corporate Experience, 3) Past Performance and, 4) Price. Factors 1-4 will be applied to determine the best value to the Government. The combined Technical Criteria (factors 1-3) shall be considered significantly more important than price (factor 4). The utilization of local businesses is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act as amended (PL 106-390) 42 U.S.C 5150 (use of local firms and individuals Sec.307). All correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-10-R-VYZ005. The closing date for this solicitation is anticipated to be on 2 March 2010, 12:00 Noon EST. This requirement is 100% set-aside for small businesses and is also geographically restricted to local firms that reside in or primarily do business within the FEMA designated declared disaster areas/counties listed under Hurricane Katrina and Hurricane Rita. The declared disaster area counties can be located at http://www.fema.gov/news/disasters.fema Offers will only be accepted from local firms residing in or primarily doing business in the geographically restricted area. Contractors are encouraged to review FAR Clause 52.226-3 to determine disaster or emergency area representation requirements prior to submitting an offer. The following excerpts of the representation criteria, is as follows: (a) Intentionally blank. (b) Representations. The offeror represents that it _____ does ______ does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months— (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror’s gross revenues and employed at least half of the offeror’s permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include— (1) Physical location(s) of the offeror’s permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror’s gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. All parties are encouraged to continually monitor the FedBizOpps.com website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Jerry Hendricks at Gerard.e.hendricks@uscg.mil with a copy to Michelle.M.Blake@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-10-R-VYZ005/listing.html)
 
Place of Performance
Address: Various waterways of Acadia, Ascension, Assumption, Calcasieu, Cameron, Jefferson Davis, Livingston, St. Charles, St. James, St. John the Baptist, St. Tammany, and Tangipahoa Parishes located in Louisiana, United States
 
Record
SN02051394-W 20100129/100127234452-51056a009db11e6e1c3cc1b9e2cb9b35 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.