Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
MODIFICATION

J -- Dosckside Repairs of USCGC ROANOKE ISLAND (WPB-1346)

Notice Date
2/4/2011
 
Notice Type
Modification/Amendment
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
ROANOKESOURCESSOUGHT
 
Archive Date
2/25/2011
 
Point of Contact
Jennifer M. Stock, Phone: (510) 637-5973
 
E-Mail Address
jennifer.m.stock@uscg.mil
(jennifer.m.stock@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is amended to change the reponse date. RESPONSES ARE NOW REQUIRED BY 10 FEBRUARY 2011, 2:00pm PACIFIC STANDARD TIME. 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. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DOCKSIDE repairs to the USCGC ROANOKE ISLAND (WPB-1346), an 110' patrol boat cutter. All work will be done at the Contractor's certified facility. This vessel is geographically restricted to Alaska, Strait of Juan de Fuca, and Puget Sound. The performance period will be fifty-nine (59) calendar days with a start date on or about 28 June 2010 through 26 August 2010. The scope of the acquisition is for the dockside repairs to the USCGC ROANOKE ISLAND (WPB-1346). The proposed work items include but are not limited to: Main Diesel Engine Renew; Install New Searchlight; Side Shell, Bulwark capping, and Jackstaff, Inspect & Repair; Grey Water Pumps and Piping, Install New; Temporary Services, Provide. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if your firm is Service-Disabled Veteran-owned Small Business or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to; jennifer.m.stock@uscg.mil or by fax at (510) 637-5912. You must include: (a) a positive statement of your intention to submit a proposal 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 (2) references are requested, but more are desirable. Your response is required by 08 February 2011 at 2:00 pm, Pacific Standard Time. 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 information must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside or a 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 or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOpps website at http://www/fedbizopps.gov. Please submit your questions via email to Jennifer Stock, Contract Specialist, at jennifer.m.stock@uscg.mil or call (510) 637-5973.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/ROANOKESOURCESSOUGHT/listing.html)
 
Place of Performance
Address: Contractors facility, United States
 
Record
SN02373478-W 20110206/110204234237-dac97df11150ab9ee0b8b871cdc6c6d6 (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.