Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2003 FBO #0675
SOURCES SOUGHT

J -- USCGC BLOCK ISLAND (WPB-1344) DRY DOCK AND REPAIR

Notice Date
10/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
Reference-Number-BLOCKISLANDWPB1344DD
 
Response Due
10/10/2003
 
Archive Date
10/1/2004
 
Point of Contact
Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
 
E-Mail Address
kbrumfiel@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only, or Small Business concerns only. The estimated value of this procurement is between $100,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC BLOCK ISLAND (WPB-1344), a 110 Foot ?C? Class Patrol Boat. The home pier of the USCGC BLOCK ISLAND (WPB-1344) is located at 2301 East Fort Macon Road in Atlantic Beach, NC 28512-0237. The place of performance for this vessel is geographically restricted to the area from Jonesboro, ME to Shallottee Inlet, NC. The performance period is FORTY-TWO (42) calendar days and is expected to begin on or about 01 March 2004 and end on or about 12 April 2004. The scope of the acquisition is to dry dock and repair to include the cleaning, inspecting, and renewing of various items aboard the USCGC BLOCK ISLAND (WPB-1344). This work includes, but is not limited to: welding repairs; clean and inspect sewage and grey water collection and holding tanks; remove, inspect, and reinstall propeller shafts; inspect bronze sleeves in various shaft packing areas; renew water lubricated propeller shaft bearings; remove and reinstall propellers; repair propeller root erosion (1.0 cubic inch); inspect MDE exhaust system; preserve the transducer hull ring and renew the V850 transducer; overhaul and renew valves; remove, inspect and reinstall rudders; overhaul stabilizing fins; preserve potable water tanks; preserve bilge areas below fin stabilizers; preserve sewage and grey water collection and holding tanks; preserve underwater body; inspect and maintain Cathodic protection system; renew capastic fairing; provide temporary logistics; routine dry docking; clean and disinfect potable water tanks; renew watertight hatch assemblies; inspect propeller shaft alignment; hydro blast clean sewage and grey water system piping; preserve forepeak compartment; preserve weather decks; preserve freeboard; renew grey water piping from XO stateroom; preserve aft steering; preserve battery space; inspect and preserve bilge areas; renew mess deck and passageway; renew overboard discharges; renew false bulkheads; repair port FO stripping station; inspect and repair port stern tube; renew air handler units; create forward void; install new type seal; MDE exhaust valves; aft fuel tank manholes; oily water tank manhole covers; lay days. All welding and brazing shall be accomplished only by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued under full and open competition procedures. However, in accordance with FAR 19.1305 if your firm is HUBZone certified, or in accordance with FAR 19.502-2(b)(1) if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to kbrumfiel@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Kevin Brumfiel at (757) 628-4635. 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 October 10, 2003. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside, or Small Business 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 Small Business set-aside, or on an unrestricted basis will be posted on FedBizOpps website at http://www.eps.gov.
 
Place of Performance
Address: Contractor's facility within the area of the stated geographic restriction.
Country: USA
 
Record
SN00445402-W 20031003/031001213017 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.