The estimated dollar value of this procurement is between $500,000.00 and $1,000,000.00.
The performance period will be fifty-four (54) calendar days with a start date on or about April 11, 2011.
The work will include, but is not limited to;
1) Tanks (Potable Water), Clean and Inspect
2) Tanks (Potable Water), Preserve "Partial"
3) Potable Water Tank, Repair
4) Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean
5) Ship Service Diesel Generator (SSDG) Exhaust Piping, Clean
6) Boiler Exhaust Stack Uptakes, Clean
7) Vent Ducts (Engine and Motor Room All), Commercial Cleaning
8) Vent Ducts (Galley and Pantry Room All), Commercial Cleaning
9) Vent Ducts (Laundry Exhaust), Commercial Cleaning
10) Vent Ducts (All Other), Commercial Cleaning
11) Ventilation Fan (Vaneaxial), Overhaul
12) Helo Talon Grid, Inspect and Test
13) EDG Tank (Fuel), Preserve "100%"
14) Piping Insulation, Renew
15) Deck Fittings, Inspect
16) Flight Deck, Renew "Partial"
17) Decks-Exterior, Preserve (MIL-Spec/Flightdeck)
18) Magnetic Compass Foundation, Inspect
19) Magnetic Compass Foundation, Renew
20) 02 Deck Plate, Renew
21) Condensate Piping, Renew
22) Anchor Windlass (Port and Stbd), Level 2 Inspect and Repair
23) Warping Capstan, Level 2 Inspect and Repair
The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items. The Coast Guard intends to award a fixed price contract resulting from the solicitation. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. The following factors shall be used to evaluate offers: Past Performance and Price. Past Performance is significantly more important than price.
At the present time, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and pone numbers. At least two (2) references are requested, but more are desirable. 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 FAR 52.219-27, 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 or SDVOSB 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 October 22, 2010. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside or Service-Disabled Veteran-Owned Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, Small Business, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov.
Questions may be referred to Arlene Woodley via e-mail: [email protected] or (757) 628-4645