Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2008 FBO #2328
MODIFICATION

Z -- DREDGE AND SCOUR PROTECTION AT USCG ISC ST LOUIS, MO

Notice Date
4/9/2008
 
Notice Type
Modification/Amendment/Cancel
 
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
33177-1630
 
Solicitation Number
HSCG82-07-B-3WCA14
 
Response Due
12/27/2006
 
Point of Contact
Sherry C Dague, Phone: 305-278-6721, Deborah J Boydston, Phone: 305-278-6718
 
E-Mail Address
Sherry.C.Dague@uscg.mil, deborah.j.boydston@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 Small Business Concerns. The estimated value of this procurement is between $500,000,00 and $1,000,000.00. Performance time is 60 calendar days. The applicable North American Industry Class System (NAICS) code is 237990 Dredging. The small business size standard is a three-year averaged annual gross receipt of $17.0 million. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The project work consists of dredging and disposing of approximately 5,000 cubic yards of accumulated river deposits and riprap rocks from shoreline area approximately 290 ft. by 11 ft, and shoreline stabilization of dredging area’s restructured side slopes utilizing approximately 3,252 cubic yards of riprap. The contractor shall be limited to the use of the southern end of the floating barge to perform work. All work shall be performed from floating platform since shore side access to work area is limited. All work shall be performed between August – February when river levels are typically lowest. At the present time, this acquisition is expected to be issued as a Small Business set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1405 if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to Sherry.C.Dague@uscg.mil or by fax (305) 278-6696. 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) 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 (c) 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 set aside or SDVOSB Small Business, 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, which requires that at least 15 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by April 24, 2008. 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. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted at http://www.fbo.gov. To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a96a995b883f77171da1de9574a4de0&tab=core&_cview=1)
 
Place of Performance
Address: USCG INTERGRATED SERVICE, COMMAND ISC 1222, SPRUCE STREET, ST LOUIS, MO.
Zip Code: 63101
 
Record
SN01550586-W 20080411/080409220443-2a96a995b883f77171da1de9574a4de0 (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.