Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOURCES SOUGHT

J -- USCGC MACKINAW -Preservation Maintenance Services

Notice Date
3/14/2011
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
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
DSMACKINAWPAINT
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States 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 U.S. Coast Guard intends to issue a solicitation for a indefinite-quantity for Preservation Maintenance Services for USCGC MACKINAW (WLBB 30) The solicitation will be issued in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The performance period will be May 1, 2011; with four option years (if exercised). The NACIS code is 238320. The homeport of the vessel is 627 COAST GUARD DRIVE, CHEBOYGAN, MICHIGAN. A contractor who bids on any preservation job involving 'critical-coated' surfaces must either be SSPC-QP 1 certified or obtain the services of an independent QP-1 and NACE-Certified Inspector requirements. The Contractor shall be aware that the requirements for QP-1 certification and NACE-Certified Coating Inspector, in relation to this contract, apply only to the following surfaces, which are considered 'Critical-coated surfaces' (see paragraph 3.2.4.2.1 ( Painting contractor certification program requirement) of SFLC Std Spec 0000; such as Weather Decks, Freeboard, Superstructure and Bilges. If you are a qualified business that is interested in performing these services, please notify our office of your intent. 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 SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676.Questions may be referred to Sandra Martinez at (757) 628-4591. In response, please include the following: (a) 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 Small Business, 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. Your response is required by close of business on March 24, 2011. 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 and small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DSMACKINAWPAINT/listing.html)
 
Place of Performance
Address: CHEBOYGAN, MI, United States
 
Record
SN02400390-W 20110316/110314234556-83f599c9d73b0786f7e53e360125ed60 (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.