The acquisition is for Insulation and Lagging on U.S. Coast Guard WMEC 210 and 270 class cutters. All work will be performed at the vessel's homeports located:
210 Cutters -
ACTIVE (WMEC 618) - Port Angeles, WA
ALERT (WMEC 630) - Warrenton, OR
CONFIDENCE (WMEC 619) - Patrick AFB, Florida
DAUNTLESS (WMEC 624) - Galveston, TX
DECISIVE (WMEC 629) - Pascagoula, MS
DEPENDABLE (WMEC 626) - Cape May, NJ
DILIGENCE (WMEC 616) - Wilmington, NC
RELIANCE (WMEC 615) - Kittery, ME
RESOLUTE (WMEC 620) - St Petersburg, FL
STEADFAST (WMEC 623) - Warrenton, OR
VALIANT (WMEC 621) - Miami Beach, FL
VENTUROUS (WMEC 625) - St Petersburg, FL
VIGILANT (WMEC 617) - Patrick AFB, FL
VIGOROUS (WMEC 627) - Cape May, NJ
270 Cutters -
BEAR (WMEC 903) - Portsmouth, VA
CAMPBELL (WMEC 909) - Kittery, ME
ESCANABA (WMEC 907) - Boston, MA
FORWARD (WMEC 911) - Portsmouth, VA
HARRIET LANE (WMEC 903) - Portsmouth, VA
LEGARE (WMEC 912) - Portsmouth, VA
MOHAWK (WMEC 913) - Key West, FL
NORTHLAND (WMEC 904) - Portsmouth, VA
SENECA (WMEC 906) - Boston, MA
SPENCER (WMEC 905) - Boston, MA
TAHOMA (WMEC 908) - Kittery, ME
TAMPA (WMEC 902) - Portsmouth, VA
THETIS (WMEC 910) - Key West, FL
The performance period will vary with each job from between two or three days to two or three weeks dependent upon the scope of work. The start date is on or about November 1, 2011.
The work will include, but is not limited to:
1. Piping Insulation, Renew
2. Diesel Exhaust Insulation, Renew
3. Compartment Insulation (Bulkhead/Overhead), Renew
4. Ventilation Duct Insulation, Renew
5. Perform Ultrasonic Thickness Measurements - Steel Plating
The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Test Program for Certain 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 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; FAR 19.1405; 19.1505(b); and 19.1505(c), 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 three (3) references are requested, but more are desirable.
Contractors are reminded that should this acquisition become a HUBZone set-aside, SDVOSB set-aside, EDWOSB set-aside, or WOSB set-aside; FAR 52.219-3, Notice of Total HubZone Set Aside; FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set Aside; FAR 52.219-29, Notice of Total Economically Disadvantaged Women-Owned Business, or
FAR 52.219-30, Notice of Total Women-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.
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 via e-mail to [email protected] is required by 12:00pm EST, May 6, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside; Service-Disabled Veteran-Owned Set-Aside; Economically Disadvantaged Women-Owned Business Set Aside; or Women-Owned Business 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, Economically Disadvantage Women-Owned Small Business, Women-Owned Small Business, 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.