Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2011 FBO #3627
SOLICITATION NOTICE

20 -- Fabrication and Delivery of Foam-Filled Steel River Buoys

Notice Date
10/28/2011
 
Notice Type
Presolicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG84-12-R-BHQ003
 
Point of Contact
Emely Hagins, Phone: (510) 437-3057
 
E-Mail Address
Emely.Hagins@uscg.mil
(Emely.Hagins@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS), United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) has a requirement for unlighted Steel Foam-Filled River Buoys to be utilized in the coastal and inland navigable waters of the United States. The contractor shall provide all necessary materials, labor, equipment, facilities, and supervision to fabricate these Aids-to-Navigation (ATON) steel foam filled river buoys in accordance with the following USCG drawings/specifications which will be made available to prospective contractors as part of the solicitation and will subsequently become part of the contract: Coast Guard Civil Engineering Drawing Numbers 121116C, 121117C, 121118D, 121119D, 121120D, 121121D and Coast Guard Ocean Engineering Specification Number 455D. The steel foam filled river buoys are characterized as follows: 1)Unlighted; 2)Radar Reflective or Tall Type, 3)4th or 6th class, 4)Nun or Can upper Body Shaped, 5)Red or Green in Color and 6) Polyurethane Foam Filled. The river buoys are made from welded sheet steel, and are filled with foam for extra buoyancy. They have specially-designed fins, counterweights, and mooring attachment points to permit their use in the fast river current and pooled water in the areas where they are deployed. A total small business set-aside Request for Proposal (RFP) will be issued in accordance with FAR 19.5 using negotiation procedures under FAR Part 15 for an indefinite-delivery requirements contract (base with four one year option periods if exercised by the government) with Firm fixed Price (FFP) Delivery Orders with annual adjustment made for economic price adjustments (steel and diesel). The applicable NAICS Code is 332313 (Plate Work Manufacturing) and the Small Business size standard is 500 employees. The Coast Guard intends on making a single award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. As part of the pre-award process USCG personnel will perform a pre-award survey to ascertain potential contractors manufacturing capabilities. Prior to full-scale production the awarded contractor shall provide first article buoys for inspection. Delivery terms for first article testing will be outlined based on the standard delivery time for the specific buoy type, which will be outlined in the solicitation. Government approval/disapproval will be provided to the contractor no later than 21 days after submission of the first article lot. Pre-award survey and first article testing requirements may only be waived by the Contracting Officer. The performance period of the contract is anticipated to start in late January 2012. Contractors who have an interest in and capabilities to provide the required supplies must respond in accordance with the Request for Proposal. Interested parties must be registered in the Central Contractor Registry (CCR) database and must have an active and complete registration status prior to award, during performance and through final payment of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling (888) 227-2423. FAR 52.204-7 and 52.232-33 apply. It is anticipated that the solicitation will be issued on or about 15 November 2011 with an anticipated due date for proposals of 15 December 2011. All interested small business firms are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The RFP, all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. Telephone, written, and E-mail requests for paper copies of the solicitation package or amendments will not be accepted, the solicitation must be extracted from the www.fbo.gov web site. Questions may be directed to the contract specialist via e-mail at emely.hagins@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-12-R-BHQ003/listing.html)
 
Place of Performance
Address: Various locations: To be utilized in coastal and inland navigable waters of the United States, United States
 
Record
SN02614553-W 20111030/111028233933-3a93a58fc73c6413e6066e4eb19fbf97 (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.