Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOURCES SOUGHT

20 -- Condensate Piping Renewal on USCGC Dauntless - Specification

Notice Date
12/3/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45E83
 
Archive Date
12/22/2011
 
Point of Contact
Chas Hartley, Phone: 7576284657, Douglas G Landau, Phone: (757) 628-4638
 
E-Mail Address
chas.f.hartley@uscg.mil, Douglas.G.Landau@uscg.mil
(chas.f.hartley@uscg.mil, Douglas.G.Landau@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Specification Sources Sought USCGC Dauntless HSCG80-11-Q-P45E83 The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside in the acquisition to renew approximately 75 linear feet of designated Condensate piping, located in the Engine Room (Compartment 4-108-0-E) of the CGC Dauntless (See Specification). The estimated dollar value of this procurement is between $25,000 and $100,000. The applicable NAICS code is 336611. Size Standard is 1,000. 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 will be issued pursuant to FAR Part 12, Acquisition of Commercial Items. The Coast Guard intends to award a fixed price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder whose written quote 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) Past Performance and, 2) Price. Factors 1-2 will be applied to determine the best value to the Government. Past Performance shall be considered significantly more important than price (factor 2). 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 FAR 19.1404, if your firm is a SDVOSB or a Small Business and intends to submit a quote for this acquisition, please respond by email to Chas Hartley at chas.f.hartley@uscg.mil or Fax at 757-628-4562. Questions may also be referred to this email address or at phone number (757) 628-4657. In response, please include the following: (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; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, FAR 52.219-3, Notice of Total HUBZone Set Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (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. 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. Your response is required by 1:30 p.m. EST, 8 December 2010. 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 a Small Business Set-Aside. A decision on whether this will be pursued as a HUBZone or SDVOSB set aside will be posted on the FBO website at https://www.fbo.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45E83/listing.html)
 
Place of Performance
Address: 1 Ferry Road, Galveston, Texas, 77553, United States
Zip Code: 77553
 
Record
SN02338143-W 20101205/101203234010-b744a6579c07361e8168f735bfbb5a13 (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.