Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOURCES SOUGHT

J -- J - DRYDOCK AND REPAIR USCGC KANAWHA AND BARGE

Notice Date
10/27/2003
 
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-DD-WLR-75047
 
Response Due
11/6/2003
 
Archive Date
11/26/2003
 
Point of Contact
Louis Romano, Contracting Officer, Phone (757)628-4651, Fax (757)628-4676, - Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676,
 
E-Mail Address
lromano@mlca.uscg.mil, kbrumfiel@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 $250,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC KANAWHA (WLR-75407), a 75 foot RIVER BUOY TENDER with a 130 Foot BARGE. The homeport of the vessel is Pine Bluff, Arkansas. The performance period is FIFTY-FOUR (54) calendar days and is expected to begin on or about 29 April 2004 and end on or about 21 June 2004. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC KANAWHA (WLR-75407) and barge. This work will include, but is not limited to: welding repairs; clean sewage and grey water collection and holding tanks; remove, inspect, and reinstall propeller shafts; renew water-lubricated shaft bearings; renew propeller shaft sleeves; remove, inspect and reinstall propellers; clean, inspect and test grid coolers; overhaul and renew valves; inspect and test air receivers and relief valves; remove, inspect and reinstall rudder assemblies for steering and flanking; renew rudder lower bearing trunk; renew chill water/hot water and circulating water piping insulation in various locations; overhaul air capstan; inspect various deck fittings; preserve barge ballast tanks; preserve barge buoy deck; preserve underwater body of barge and tender; provide temporary messing and berthing; provide temporary logistics; routine drydocking of barge and tender; modify barge side shell plating; install barge and tender firemain interface; renew propeller inspection hatches in shaft alley and preserve bilge surfaces in shaft alley. The place of contract performance for this procurement is geographically restricted; a description of the restriction is provided elsewhere in this notice. All welding and brazing shall be accomplished 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 lromano@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. 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 November 6, 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: This procurement is geographically restricted to the Western Rivers of the United States. For a complete description of the waterways included in this restriction, contact the Contract Speciaist, Mr. Louis Romano.
Country: United States
 
Record
SN00460013-W 20031029/031027213014 (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.