Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

Z -- SITE RENOVATIONS FOR USCGC SCIOTO/CST KEOKUK, IA

Notice Date
5/25/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-11-B-PMVA21
 
Point of Contact
Lesia K Moyer, Phone: 305-278-6725, Lesia K Moyer, Phone: 305-278-6725
 
E-Mail Address
Lesia.K.Moyer@uscg.mil, Lesia.K.Moyer@uscg.mil
(Lesia.K.Moyer@uscg.mil, Lesia.K.Moyer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE: This project is to furnish all labor, materials and equipment to a. Demolish 222 SY of buoy pens and 826 SY of asphaltic concrete paved buoy storage area. Construct new steel framed buoy pens with steel grate catwalks 408 SY and new buoy storage and handling concrete slab 796 SY. b. Remove 2,496 SY of asphaltic concrete paved parking lot by cold milling. Resurface milled surface with new bituminous pavement and provide new pavement markings. c. Remove, refurbish and reinstall end ramps of steel bridge. Refurbishing of ends ramps shall include new factory finish on steel plates, hinges, and support frame; reconditioning welds; replacement of steel support frame and anchors; replacement of steel rollers, axle, bearing plates and hardware; recoating of steel anchor pin connection and support deck. The work includes related demolition of existing concrete/asphalt ramp and construction of new reinforced concrete slab. d. Remove two waterlogged timber camels, size 2'-11" x 21' x 18" thick. Furnish and install six new foam-filled marine fenders, 3' x 8', and fender hardware to moor home ported 65' River Buoy Tender and 100' Barge. Work shall be completed under a Phased Construction Schedule. Contractor shall submit a phasing and construction schedule for review and approval by the Contracting Officer prior to commencing work. The project shall be completed in at least two consecutive phases with the proceeding phase to be completed before progressing with the work. The performance period will be 120 calendar days. The estimated value of this procurement is between $500,000 and $1,000,000. The applicable North American Industry Class System (NAICS) 2007 code is 237990. The small business size standard is a three-year average annual gross receipt of $33.5 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency. The following are tentative dates for this project: Solicitation issued: July 2011 Bid Opening: August 2011 Contract Performance Completion: March 2012 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.1303 and FAR 19.1403, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Lesia.K.Moyer@uscg.mil or fax to 305-278-6696 with "Sources Sought for Solicitation Number HSCG82-11-B-PMVA21 " 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; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone or SDVOSB 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. Response is required by June 8, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-Owned Small Business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-11-B-PMVA21/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Cutter Scioto, Cutter Support Team (CST) Keokuk, 221 Mississippi Dr., KEOKUK, Iowa, 52622, United States
Zip Code: 52622
 
Record
SN02457245-W 20110527/110525235339-35641a8d0f1335d71b636b2edf8cb05f (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.