Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2003 FBO #0746
SOURCES SOUGHT

J -- USCGC BLACKBERRY (WLI-65303) DRYDOCK SHIP REPAIR AVAILABILITY

Notice Date
12/11/2003
 
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-WLI-65303
 
Response Due
12/24/2003
 
Archive Date
2/28/2005
 
Point of Contact
Arlene Woodley, Contract Specialist, Phone (757) 628-4645, Fax (757) 628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
awoodley@mlca.uscg.mil, mmonahan@mlca.uscg.mil
 
Description
The United States Coast Guard is considering whether or not to set aside an acquisition for Hubzone Small Business Set-Aside or Small Business Set-Aside concerns. The estimated value of this procurement is between $180,000.00 and $200,000.00. The small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC BLACKBERRY (WLI-65303). The homeport is Southport, NC. All work will be performed at the contractor?s facility. The performance period will be 42 days with a start date of June 7, 2004. The scope of the acquisition is for dry docking, repairing and renewal of various items aboard the USCGC BLACKBERRY (WLI-65303). The work will include, but is not limited : welding repairs; clean and inspect sewage holding tank; remove, inspect, and reinstall propeller shaft; renew water lubricated shaft bearing; renew propeller shaft sleeve; remove, inspect, and reinstall propeller; perform minor repairs and reconditioning of propellers; preserve transducer hull ring and renew transducer; remove, inspect, and reinstall rudder assembly; preserve sewage holding tank; minor coating repair, sewage holding tank; preserve weather decks; preserve underwater body; preserve freeboard; renew cathodic protection zinc anodes; provide temporary messing and berthing; provide temporary logistics; routine drydocking; renew bulkhead plating; renew bulkhead and install door; renew stanchion fitting; renew bulwark gusset plates; renew flagstaff and light support (s); renew gunwale plate; pressure test rub rail; remove OWS valve; clean and inspect fuel and oil tanks; overhaul and renew valves; inspect and overhaul strainers; inspect and test air receivers and relief valves; inspect, overhaul, and test buoy crane; preserve main hold surfaces; renew deck covering systems; install berthing racks and lockers; perform inclining experiment; and ultrasonic testing. Provide logistics to cutter for systems that are affected during drydocking such as protective deck covering material, storage, lights, power, telephones, toilets and showers. Trained welders who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. The following Geographic Restrictions applies to the cutter: No open water transits. Restricted to Intercoastal Waterways. At the present time, this acquisition is expected to be issued small business set-aside. 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 solicitation, please respond by e-mail to awoodley@mlca.uscg.mil or by fax (757 628-4676. In response, please include the following: (a) a positive statement of your intent 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 phone numbers and (c) past performance references with point of contact and telephone numbers. At least two references are requested but more are desirable. Your response is required by December 24, 2003. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Small Business 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 a Small Business Set-Aside or on an unrestricted basis will be posted on the FedBizOps website at http://www.eps.gov.
 
Record
SN00487742-W 20031213/031211211536 (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.