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 [email protected]. 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 System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the Internet at http://www.sam.gov. Your response is required by 2:00 p.m. EST, January 29, 2013. 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/.