Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOURCES SOUGHT

J -- Vigorous Dockside

Notice Date
7/24/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG80-12-R-P45023
 
Archive Date
7/24/2013
 
Point of Contact
Rebecca A. Brown, Phone: 7576284597, Sarah J. Rall, Phone: 757-628-4663
 
E-Mail Address
rebecca.a.brown@uscg.mil, sarah.j.rall@uscg.mil
(rebecca.a.brown@uscg.mil, sarah.j.rall@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought USCGC VIGOROUS (WMEC 627) Dockside Repair 210 Foot "B" Class" Medium Endurance Cutter 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. The estimated value of this procurement is between $500,000.00 and $1,000,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs to the USCGC VIGOROUS (WMEC-627), a 210 foot "B" class medium endurance cutter. All work will be performed at the unit's homeport: Cape May, New Jersey. The performance period is fifty-seven (57) calendar days and is expected to begin on or about November 28, 2012. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC VIGOROUS (WMEC-627). This work will include, but is not limited to: D-001 Main Engine Heat Exchangers, Clean, Inspect and Hydro D-002 Boiler Exhaust Stack Uptakes, Commercial Clean D-003 Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean D-004 Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean D-005 Chill Water System, General Maintenance D-006 Renew Both Boiler Shell and Tubes and Blow Down Valves D-007 Potable Water Pneumatic Tanks, Clean, Inspect and Hydro D-008 Compressed Air Receivers (All), Clean and Inspect D-009 Steering Gear Hydraulic System, Overhaul D-010 Single Point Davit, Inspect and Service D-011 Grey Water and Sewage Tanks, Clean, Inspect 2012009, 2012017 D-012 Sewage and Grey Water Piping, Clean and Flush D-013 Padeyes and Trolley Sytem, Inspect and Test, 2011004 D-014 Vent Ducts, Galley and Scullery, Commercial Cleaning 2012011 D-015 Joiner Door, Messdeck and CIC, Renew, 2010030, 2011006 D-016 Machinery Exhaust Stack Insulation, Renew 2012013 D-017 Hull and Structural Plating, Repair, 2012005, 2012012 D-018 Fuel Valves and Piping, Renew, 2011009, 2012002, 2012004 D-019 QAWT Scuttles, Renew, 2011007 D-020 Piping, Various, Renew, 2011005, 2012003 D-021 Storm Rails and Various Handrails, Renew, 2011003, 2011010 D-022 Ammunition Hoist Trunk, Preserve, 2012016 D-023 Trash Compactor Foundation, Renew, 2011008 D-024 Aqueaus Film Forming Foam Tank, Renew, 2012010 D-025 Oily Water Separator Tank, Renew O-026 Grey Water Holding Tank, Preserve, Partial, Optional O-027 Sewage Holding Tank, Preserve, Partial, Optional D-00C Travel and Perdiem O-00A Composite Labor Rate D-00B GFP Report All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. 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) Past Performance and 2) Price. Factors 1 and 2 will be applied to determine the best value to the Government. Past Performance shall be considered significantly more important than price (factor 2). 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 Rebecca Brown at rebecca.a.brown@uscg.mil. Questions may also be referred to Rebecca Brown at this email address and by phone at (757) 628-4597. 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. Note: At the time of solicitation, when proposals are due, if two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. 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 2:00 p.m. EST, August 7, 2012. 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/USCGELC/HSCG80-12-R-P45023/listing.html)
 
Place of Performance
Address: Coast Guard Training Center, 1 Munro Avenue, Cape May, NJ 08204, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02813604-W 20120726/120725000149-04aa9380923acf9c6141c2ddf948236f (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.