SOURCES SOUGHT
J -- USCGC DALLAS DOCKSIDE REPAIRS
- Notice Date
- 2/19/2008
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-WHEC-716
- Response Due
- 2/25/2008
- Archive Date
- 2/19/2009
- Point of Contact
- Monique Swinson, Contracts Specialist, Phone 757-628-4753, Fax null, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676
- E-Mail Address
-
monique.swinson@uscg.mil, Vanessa.A.Nemara@uscg.mil
- Description
- The U.S. 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 estimated value of this procurement is between $250,000.00 and $600,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is for dock side repairs to the USCGC DALLAS (WHEC-716), a 378 foot class high endurance cutter. The homeport of the vessel is Charleston, South Carolina. The performance period is forty (42) calendar days and is expected to begin on or about 17 March 2008 and end on or about 28 April 2008. The scope of the acquisition is to preserve foremast and mainmast, and to renew ship?s service boilers aboard the USCGC DALLAS (WHEC-716). All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to monique.swinson@uscg.mil or by fax at (757) 628-4676. In your response you must include (a) a positive statement of your intention 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 telephone numbers. At least two references are requested, but more are desirable. Your response is required by February 25, 2008 at 4:30 pm, EST. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. 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, or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Monique Swinson at (757) 628-4753.
- Place of Performance
- Address: 1050 Register Street, North Charleston, SC
- Zip Code: 29405
- Country: UNITED STATES
- Zip Code: 29405
- Record
- SN01511499-W 20080221/080219223337 (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 |