Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

40 -- Welded Steel Buoy Chain and Bridles

Notice Date
8/10/2011
 
Notice Type
Presolicitation
 
NAICS
332111 — Iron and Steel Forging
 
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
HSCG8412BAAS206
 
Point of Contact
Jessica L Coltz, Phone: (757) 628-4490, Amy L McLiverty, Phone: 7576284483
 
E-Mail Address
jessica.l.coltz@uscg.mil, amy.l.mcliverty@uscg.mil
(jessica.l.coltz@uscg.mil, amy.l.mcliverty@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for Open-Link, Welded Steel Chain and Bridles for use as mooring aids-to-navigation buoys in the coastal and inland waters of the United States. The contractor shall provide all necessary materials, labor, equipment, facilities, and supervision to fabricate and ship carbon steel buoy chain and bridles. All responsible sources may submit a bid, which shall be considered by this agency. The solicitation will be issued "unrestricted" under Full and Open Competition in accordance with FAR Subpart 6.1. The applicable NAICS Code is 332111 and the size standard is 500 employees. Section B (Schedule of Supplies and Services) will be divided into three sections based on chain diameter as follows: Section 1: ½" and ¾" Section 2: 1", 1 1/8", and 1 ¼" Section 3: 1 ½", 1 ¾", 1 7/8", 2", 2 1/8", 2 ¼", and all bridle sizes Bidders can choose to submit a bid for one, two, or all three Schedule B chain and bridle sections. To be considered responsive a bidder must provide a price for all items within the individual sections. The intended contract vehicle will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed unit prices with economic price adjustments for steel and diesel; individual task orders will be issued pursuant to the IDIQ contract when supplies are required. The period of performance is anticipated to be for a one-year Base Year and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start in October 2011. Interested parties must be registered in the Central Contractor Registration (CCR) database and must have an active and complete registration status prior to award, during performance and through final payments of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the Internet at www.ccr.gov or by calling (888) 227-2423. IMPORTANT: The Invitation for Bid (IFB) will be available on or about August 25 2011 and Bid Opening is tentatively scheduled for September 26, 2011. Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The IFB, all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG8412BAAS206/listing.html)
 
Record
SN02529545-W 20110812/110811000135-d4f9dcbae5008322e9751a84cdc90287 (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.