Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2004 FBO #0778
SOURCES SOUGHT

J -- Dockside Repair of the CGC MIDGETT

Notice Date
1/12/2004
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
Reference-Number-DTCG85-04-R-041019
 
Response Due
4/11/2004
 
Archive Date
4/26/2004
 
Point of Contact
Dianne Jackson, Contracting Officer, Phone (510)437-3809, Fax (510)437-3392, - Brenda Hess, Supervisory Contract Specialist, Phone (510) 437-3390, Fax (510) 437-3392,
 
E-Mail Address
djackson@d11.uscg.mil, bhess@d11.uscg.mil
 
Description
The U.S. Coast Guard, Maintenance & Logistics Command, Pacific (vpl) is seeking qualified HUBZone firms capable of performing dockside repairs for the USCGC MIDGETT, 378 foot high endurance cutter, home moorage in Seattle, WA. Responses to this notice will be used for this procurement. The performance period will begin 27 Jul 2004 and ending 17 Sep 2004. The work items include but not limited to: tanks (aviation f/o stowage inspection and cleaning, tanks (mp fuel service) inspection and cleaning, boiler exhaust stack uptakes com clean, egt hot section component inspection and clean, electrical breakers (400HZ) inspection and cleaning, electrical breakers (60HZ) inspection and test, pressure gauges and thermometers (crit) calib, vent fans & motor room) com cleaning, vent duct (galley & pantry) com cleaning, vent duct (laundry exhaust) com cleaning, mag sprinkler vls >=2.5 in overhaul, firemain valve >=2.5 in overhaul, firemain valve, <2.5 inches renewal, sewage vacuum collection tanks comm. Clean, ammo hoists & elevators lvl 1 inspection & test, temporary services, dockside, galley structural repair, port superstructure bulkhead repair, polymeric deck covering reseal, mde muffler renewal. The HUBZone firm must meet the limitations for subcontracting requirements (FAR 52.219-14), which states: at least 50% of the cost of contract performance incurred for employees of the concern. The NAICS code assigned to this procurement will be 336611 (Ship Repair) with a size standard 1,000 employees. The HUBZone small business concern as defined in CFR Title 13, Part 126.103. In accordance with CFR Title 13, part 126.200, at least 35% of a HUBZone certified firms employees must reside within a HUBZone. Firms that have been certified as a small business HUBZone by the Small Business Administration and have the interest and capabilities to perform the work under such a requirement, should submit the following information: (a) HUBZone certificate, (b) Company Name and Address; (c) Company point of contact, including telephone and facsimile numbers and e-mail address; (d) a positive statement of your intent to submit a bid/offer for this requirement as a prime contractor; (e) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amount, points of contact and telephone number(s); and (f) past performance references with points of contact and telephone numbers. This information should be forwarded to no later than 02 February 2004 to Dianne Jackson at djackson@d11.uscg.mil or by fax (510) 437-3809. 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 on an unrestricted basis will be posted in the www.eps.gov.
 
Place of Performance
Address: Contractor's facility
 
Record
SN00502006-W 20040114/040112211526 (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.