Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

Z -- REPLACE WATER DISTRIBUTION PIPING (UW1) - REVISED ABSTRACT OF OFFERS

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
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, United States
 
ZIP Code
33177-1630
 
Solicitation Number
70Z08218BPAT00200
 
Point of Contact
Maureen E. Jackson, Phone: 305-278-6721, Odalys McGee, Phone: 305-278-6727
 
E-Mail Address
maureen.e.jackson@uscg.mil, Odalys.McGee@uscg.mil
(maureen.e.jackson@uscg.mil, Odalys.McGee@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISED ABSTRACT OF OFFERS - 3/7/2018 REVISED ABSTRACT OF OFFERS - 3/7/2018 ************************************************************************************************* ABSTRACT OF OFFERS - 3/6/2018 ************************************************************************************************* AMENDMENT 0001 - RESPOND TO RFI'S ************************************************************************************************* SOLICITATION ISSUED 1/31/2018 **************************************************************************************** SYNOPSIS: THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET-ASIDE. ************************************************************************************************************************* THIS IS A SOURCES SOUGHT NOTICE TO IDENTIFY INTERESTED CONTRACTORS TO DETERMINE THE SET-ASIDE : This project is to furnish all labor, materials, equipment and supervision necessary for installation of approximately 1,300 feet of 8-inch potable water main and appurtenances, 800 feet of 6-inch potable water main and accessories and 300’ of 4-inch and less water service line. The project will add one new 8-inch main, with backflow check valves and vaulted compound meter, to the existing 12-inch Mobile Area Water and Sewer Service (MAWSS) main. After the new main has passed pressure and bacteriological testing, the existing water main will be abandoned in place and all services lines shall be replaced and connected to the new water main. Trench restoration attributed to water main and water lateral construction is to be considered incidental to the water main & lateral work. Any removal and restoration of pavement is incidental to water main construction. The performance period will be 180 calendar days. The estimated value of this procurement is between $250,000 and $500,000. The applicable North American Industry Class System (NAICS) 2012 code is 221310. The small business size standard is a three-year average annual gross receipt of $27.5 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: November 2017 Bid Opening: December 2017 Contract Performance Completion: May 2018 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 Maureen.E.Jackson@uscg.mil with "Sources Sought for Solicitation Number 70Z082-18-B-PAT00200" 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 November 4, 2017. 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/70Z08218BPAT00200/listing.html)
 
Place of Performance
Address: USCG AVIATION TRAINING CENTER, 8501 TANNER WILLIAMS RD, MOBILE, Alabama, 36608-9682, United States
Zip Code: 36608-9682
 
Record
SN04845850-W 20180309/180307231422-d070d8033cd3b60079176a39c33ea7b6 (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.