Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2007 FBO #2145
SOURCES SOUGHT

Z -- SECTOR KEY WEST ATON CONSTRUCTION AND DEMOLITION PROJECTS

Notice Date
10/9/2007
 
Notice Type
Sources Sought
 
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, FL, 33177-1630, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG82-08-B-3W3CA09
 
Response Due
10/24/2007
 
Point of Contact
Billie Jo Cherico, Contracting Officer, Phone 305-278-6723, Fax 305-278-6696, - Billie Jo Cherico, Contracting Officer, Phone 305-278-6723, Fax 305-278-6696
 
E-Mail Address
Billie.J.Cherico@uscg.mil, Billie.J.Cherico@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor to provide all labor, tools, equipment and materials necessary for a project for Aids to Navigation (ATON) Structures of the coast of Florida, Monroe County. The base bid is for the construction of three structures are Rebecca Shoal Light, Twenty Eight Foot Shoal Light and Cape Romano Shoal Light. The existing structures were damaged during Hurricane Rita and are n various states of disrepair. The existing structures and debris will need to be removed prior to the construction of the new structures. There are also two options: 1) Removal of damaged structures and debris for four ATON structures; The four ATONS are Big Pine Shoal LT 22, East Turtle Shoal LT 45, Stock Island Approach LT 32 and Ellis Rock LT; and 2) is the removal of seabed debris for six ATON structures that were destroyed during Hurricane Rita. The six ATON structures are Half Moon LT WR2; New Ground Shoal LT; Dry Tortugas LT 3; Dry Tortugas LT 1; Davis Reef LT 14, and Loot Key LT 24. The applicable North American Industry Class System (NAICS) Code is 237990. The small business size standard is a three-year averaged annual gross receipts of $31 million. Estimated construction price range is $1,000,000 to $5,000,000. Bid, payment and performance bonds are required. Performance period is 180 calendar days for the base bid and 30 calendar days for each of the 2 options for a total of 240 calendar days. The solicitation package will be available at the following web site: http://www.fbo.gov. All amendments and pertinent information will be available at this website. To receive immediate notification of all changes posted electronically, vendors should click on Register to Receive Notification. All vendors interested in teaming or subcontracting for this solicitation, should click on Register as Interested Vendor. In order to view a Bidder's List, interested parties should click on View List of Interested Vendors. This action is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate their interest to the Contracting Officer, in writing, as early as possible but to be received not later than 15 calendar days of this notice or NLT 10/24/2007. As a minimum, the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. All information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern. If adequate interest is not received from HUBZone concerns by close of business 10/24/2007, this solicitation will be issued as a Small Business Set-Aside basis without further notice. As of 01/01/2005. Contractors must use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. In order to upload your Reps & Certs to ORCA, you must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov.
 
Place of Performance
Address: OFF THE FLORIDA COAST
Zip Code: 33040
Country: UNITED STATES
 
Record
SN01430791-W 20071011/071009223156 (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.