SOURCES SOUGHT
19 -- Three Tier Paint Float for United States Coast Guard - Figure #1
- Notice Date
- 5/29/2014
- 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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-14-S-P30K55
- Archive Date
- 6/27/2014
- Point of Contact
- Jake M. Apolonio, Phone: (510) 637-5416, Jennifer M. Stock, Phone: (510) 637-5906
- E-Mail Address
-
jake.m.apolonio@uscg.mil, jennifer.m.stock@uscg.mil
(jake.m.apolonio@uscg.mil, jennifer.m.stock@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Three Tier Paint Float Figure #1 The U.S. Coast Guard is seeking qualified sources to provide labor and materials to fabricate and provide one (1) Three Tier Paint Float to be delivered to Coast Guard Island in Alameda, CA and launched in water at the Coast Guard pier. The Paint Float shall be fabricated in accordance with the dimensions outlined in Figure #1 (attached). For ease of shipment and transportation, the contractor has the option to fabricate the Three Tier Paint Float in two or three separate pieces and re-assemble at the delivery destination. The planned required delivery date will be on or about October 17, 2014. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,000 employees. PLACE OF DELIVERY: Coast Guard Island, Alameda CA. GEOGRAPHICAL RESTRICTION - None Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work item(s). (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work item(s) above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Responses are due no later than 2:00 p.m. Pacific time, June 12, 2014. Send responses electronically to Jake Apolonio at jake.m.apolonio@uscg.mil or to Jennifer Stock at Jennifer.m.stock@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-14-S-P30K55/listing.html)
- Place of Performance
- Address: At contractor's facility, United States
- Record
- SN03378936-W 20140531/140529234656-b0304911e6050cf6ea50883e888b6ebd (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 |