The estimated dollar value of this procurement is between $250,000 and $500,000.
The performance period will be fifty-six (56) calendar days with a start date on or about March 6, 2013.
The work will include, but is not limited to;
1) MDE Heat Exchangers; Clean, Inspect and Hydro
2) Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean
3) Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
4) Boiler Exhaust Stack Uptakes, Commercial Clean
5) Chill Water System, General Maintenance
6) Potable Water Pneumatic Tanks, Clean and Inspect
7) Compressed Air System Valves, Inspect and Test
8) Steering Gear (General), Overhaul
9) Grey Water Holding Tanks, Clean and Inspect
10) Sewage Holding Tanks, Clean and Inspect
11) Sewage Piping, Clean and Flush
12) Padeyes, Inspect and Test
13) Tanks (Potable Water), Clean and Inspect
14) Control Air Dryer, Upgrade
15) Bilge (Magazines), Preserve
16) Engine Room Bilge, Repair and Preserve
17) Galley Steam Kettle Cofferdam, Modify
18) Flight Deck Kick-Pipes, Renew
19) Hawse Pipes, Renew
20) Talon Grid Recess Support Ring, Renew
21) Bilge Piping Tunnel (Potable Water Tank), Renew
22) Sewage Tank, Repair
23) Bulwark, Renew
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 System for Award Management (SAM). SAM can be accessed at https://www.sam.gov/portal/public/SAM/ or by calling 866-606-8220.
Your response is required by October 31, 2012, 12:00PM EASTERN. 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 Amy McLiverty via e-mail: Amy.L.McLiverty@uscgmil or (757) 628-4125.