Federal Bid

Last Updated on 01 Oct 2005 at 5 AM
Solicitation
Cheboygan Michigan

M -- USCGC MACKINAW FACILITY MAINTENANCE SERVICES

Solicitation ID GLIB
Posted Date 07 Sep 2005 at 5 AM
Archive Date 01 Oct 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Cheboygan Michigan United states 49721
The U.S. Coast Guard is seeking qualified businesses that can provide facility maintenance services for the U.S. MACKINAW facility, At this time we are also considering whether or not to set aside this acquisition for HUBZONE concerns OR for Service Disable Veteran – Owned Business Concerns. The homeport of the vessel is 627 COAST GUARD DRIVE, CHEBOYGAN, MICHIGAN. Facility Maintenance services shall consist of janitorial services, grounds maintenance services and snow removal at the USCGC MACKINAW facility. The Contractor shall furnish all labor, equipment, appliances, transportation, supervision, and materials, required to perform these services. On board the USCGC MACKINAW all janitorial services shall be performed in the following areas: Common living spaces. These compartments include, C.O. State Room, C.O Cabinet, XO State Room, Senior Officer State Rooms (Qty 4), Surge Berthing, Enlisted Berthing, Officer’s Wardroom and Lounge, CPO State Room and Lounge, 1st Class Lounge, Enlisted Mess, and all interior passageways and ladders on the 2nd deck, main deck, 01 level, 02 level, 03 level and 04 level. Sanitary spaces. These compartments include all common washroom and water closet (WR&WC) spaces of the ship; there are six (6).Offices, shops and working spaces. These compartments include, Bridge, ECC & DC Central, IC/CCMPS Room, Laundry Room, Buoy Deck Control Room, Armory, Exercise Room, Ship Store, Aton Shop, Clean Room, Shower Room, Buoy Deck Change Room, Medical Treatment room, DC Shop, Engineering Log Office, Machine Shop, Electric Shop, Switch Board Room, Port and Starboard Transformer Rooms, Port and Starboard Propulsion Transformer Rooms, Supply Department Storage Room, Stores Breakout Area, Dry Provision Store Room, Radio Room, Elex/IC Shop, Ship’s Training Room and all main traffic through Auxiliary Machinery Rooms. Weather decks. This area is defined as all deck surfaces of the ship exposed to the weather up to a height of 12 feet, spanning from the main deck, up to and including the exterior of the Mast Deck. It includes all deck surfaces, the sides of the superstructure, and all equipment and deck fittings secured to the deck and superstructure (i.e., cranes, winches, A-Frames, capstans, davits, small boats, anchor windlass, bitts, chocks, padeyes, liferails/stanchions, lifelines, etc.). There shall be areas which are restricted and when cleaning these areas a crewmember shall be present. The USCGC MACKINAW is projected to be moored at the homepier approximately 100 days per each calendar year. The contractor will be given 5 calendar days notice prior to the commencement of work on board the USCGC MACKINAW. The contractor shall also be responsible for janitorial services at the USCGC MACKINAW’S FACILITY there will daily, weekly and monthly task required. Routine janitorial services shall be performed Monday through Friday. The grounds maintenance services shall consist of grounds maintenance for 6.5 acres. The contractor shall provide grounds maintenance services which consist of,(1) lawn maintenance,(2) Edging,(3)Trimming,(4) Tree and shrub care and (5) Leaf and Debris removal. The snow removal services shall consist of snow removal and control of snow and ice from all entrances, parking areas, sidewalks, steps, ramps, piers and other areas needed. The contractor shall haul snow to an on site locations and or deposit as directed by the Coast Guard. The snow removal will be classified by class as follows: (1) Class B: Storms with accumulations of 4 inches up to and including 6 inches, (2)Class C:Storms with accumulations of 6 inches up to and including 12 inches and (3)Class D:Storms having more than 12 inches accumulations. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to [email protected] or by fax at (757) 628-4676. Questions may be referred to Ms. Sandra Martinez at (757) 628-4591.In your response you must include:(a) a positive statement of your intention 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 telephone numbers.At least two references are requested, but more are desirable.Your response is required by September 16, 2005. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern.Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside.Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside or on an unrestricted basis will be posted in FedBizOpps website at http:www.eps.gov.
Bid Protests Not Available

Similar Past Bids

Cheboygan Michigan 30 Apr 2008 at 2 PM
Cheboygan Michigan 18 Apr 2011 at 1 PM

Similar Opportunities

Colorado 26 Jul 2025 at 4 AM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)