Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08219BPMV05500
THIS SOLICITATION IS CANCELED AND WILL BE RE-SOLICITED IN THE NEAR FUTURE. ******************************************************** THE SOLICITATION PACKAGE IS NOW AVAILABLE AND ATTACHED. THE BID OPEN...
THIS SOLICITATION IS CANCELED AND WILL BE RE-SOLICITED IN THE NEAR FUTURE. ******************************************************** THE SOLICITATION PACKAGE IS NOW AVAILABLE AND ATTACHED. THE BID OPENNING DATE IS MAY 2, 2019 AT 2:00 PM EASTERN STANDARD TIME. ******************************************************** PRE-SOLICITATION NOTICE: THIS PROJECT IS BEING SET ASIDE FOR TOTAL SMALL BUSINESS CONCERNS. ******************************************************** SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISY THE FOLLOWING REQUIREMENT: The U.S. Coast Guard is considering whether or not to set aside this acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Small Business concerns. The estimated value of this procurement is between $250,000 and $500,000. The applicable North American Industry Class System (NAICS) 2017 code is 238990. The small business size standard is a three-year average annual gross receipt of $15.0 million. Bid, payment, and performance bonds are required. The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. This project is to furnish all labor, materials, equipment and supervision necessary to Replace Sewer Lift Station at USCG Station Panama City, Florida. The work includes but not limited to the following: Demolish and provide new concrete wet well with PVC liner, duplex grinder pumps, concrete valve pit, valves, bypass, controller and accessories for new sewer lift station. Locate, clean (water jet), scope video and record 6” forced main downstream of sewer lift station to identify any breaks, failures, or obstructions (Unit Price Item). Five hundred feet included, provide unit price for every additional 100 feet. All work shall be performed in accordance with the scope of work. The performance period will be 126 calendar days. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.1303 and FAR 19.1403 and FAR 19.1505, if your firm is HUBZone certified, a Service-Disabled Veteran-Owned Small Business (SDVOSB), an Economically Disadvantage Women-Owned Small Business (EDWOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Gregory.Hodgson@uscg.mil with "Sources Sought for Solicitation Number 70Z08219BPMV05500" in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone, SDVOSB or EDWOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, or FAR 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (APR 2012) will apply. Response is required by November 30, 2018. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-Owned Small Business set aside.