Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
MODIFICATION

20 -- USCG 210 & 270 WMEC MDE Hot Flush

Notice Date
6/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-R-P45X06
 
Archive Date
2/21/2012
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: USCG 210/270 FOOT MEDIUM ENDURANCE CUTTERS Main Diesel Engine Hot Flush Dockside Repairs The Coast Guard intends to issue a Request for Proposals (RFP) simplified acquisition issued as Service Disabled Veteran Owned Small Business Set-Aside. Request for Proposal (RFP) will be issued on or about August 3, 2011. The Request for Proposal will be issued electronically via the Federal Business Opportunity web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFP release and all subsequent amendments. Hard copies of the specification and request for proposal will not be issued. The small business size standard is 1,000 employees. The NAICS Code is 336611. This is procurement is a firm fixed price IDIQ requirements contract with a base plus four (4) option years. The scope of the acquisition is to perform a stages hot flush of the Main Diesel Engine (MDE) lubrication oil passages onboard both 210/270 WMEC "A" and "B" Class vessels; Oil Absorbent Boom Around Ship and Pier; Additional Piping for flushing pump, including fittings and protective measures for hose/fittings; additional flushing media, 10wt; Composite Labor Rate; GFP Report; Travel and Per Diem to cutters homeports. All work will be performed at the vessels home pier. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested otherwise, the drawings will be posted in fedbizopps with the Request for Proposal. Send all requests to tara.m.holloway@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Trained welders who have been certified by the applicable regulatory code performance qualification procedures shall accomplish all welding and brazing. For further information or questions regarding this solicitation, please contact Tara Holloway at (757) 628-4754, or by email at tara.m.holloway@uscg.mil Sources Sought Notice: Title: Main Diesel Engine (MDE) Hot Flush for USCG WMEC 210 and 270 "A and B Class" Medium Endurance Cutters Solicitation Number: HSCG80-11-R-P45X06 The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. This Solicitation will be for the Main Diesel Engine (MDE) Hot Flush aboard U.S. Coast Guard WMEC-210 "A" Class and "B" Class vessels and WMEC-270 "A" Class and "B" Class vessels on various cutters in various locations in the United States. The estimated dollar value of this procurement is between $1,000,000 and $8,000,000 over the base year and the four optional years. The applicable NAICS code is 333611. Size Standard is $12.5 million. For the calculations of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA Small Business Size Regulation,http://sba.gov/regulations/121/. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items. The Coast Guard intends to award a fixed price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Corporate Experience 2) Past Performance and, 3) Price. Factors 1-3 will be applied to determine the best value to the Government. Corporate Experience Past Performance shall be considered significantly more important than price (factor 3). At the present time, the 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 FAR 19.1404, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Tara Holloway at tara.m.holloway@uscg.mil or Fax at 757-628-4562. Questions may also be referred to Tara Holloway at this email address and by phone at (757) 628-4754. In response, please include the following: (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; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, FAR 52.219-3, Notice of Total HUBZone Set Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Your response is required by 3:00 p.m. EST, 21 February 2011. 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. 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 set aside will be posted on the FBO website at https://www.fbo.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-R-P45X06/listing.html)
 
Place of Performance
Address: cutters homeports, United States
 
Record
SN02478451-W 20110623/110621235013-451ed9b8b749165f3e39fe25e988ed60 (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.