SOURCES SOUGHT
J -- DRYDOCK & REPAIRS OF USCGC ACTIVE (WMEC 618)
- Notice Date
- 1/15/2004
- 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
- DTCG85-04-R-ACTIVE
- Response Due
- 1/23/2004
- Archive Date
- 2/7/2004
- Point of Contact
- Janyce DeCanto, Contracting Officer, Phone (510) 437-3773, Fax (510) 437-3392, - Rebecca Budde, Contracting Officer, Phone 510-437-3988, Fax 510-437-3392,
- E-Mail Address
-
jdecanto@d11.uscg.mil, rbudde@d11.uscg.mil
- Description
- The U.S. Coast Guard is looking for certified HUBZone firms that may be interested and have the capabilities to perform DRYDOCK REPAIRS to USCGC ACTIVE (WMEC 618); a 210? Medium Endurance cutter, homeported in Port Angeles, Washington is geographically restricted to within 200 road miles of cutter?s permanent berth. Responses to this notice will be used for this procurement. The performance period will begin 07 July 2004 and complete 01 September 2004. The work items include but not limited to: production control, Gantt bar chart, appendages (underwater) leak test, appendages (underwater) preserve, internal, hull plating renewal, hull plating, underwater body inspect, hull plating, underwater body UT, hull zinc stud repair, magnetic compass base renewal, voids (non-accessible) leak test, propulsion shaft coating inspect/test, propulsion shaft fairwaters and rope guard inspect and repair, propulsion shaft seals (mechanical) inspect and clean, propulsion shaft external bearings check clearances, controllable pitch propeller system maintenance, CPP hub seals and o-rings renewal, propeller clean and inspect, ammo hoist controller stations renewal, inspect and test circuit breakers, emergency generator cooler installation, fathometer transducers general maintenance, replace doppler speed log system, inspect an test 400 HZ circuit breakers, renew x-band radar antenna pedestal, critical vent fans overhaul, chilled water system cleaning and inspect, sea strainers (all sizes), sea valve (<=2.5 inches) renewal, sea valve (>2.5 inches) overhaul, rudder/rudder stock bearings check clearances, rudders inspect and repairs, magazine sprinkler valves (<2.5 inches) renewal, (>2.5 inches) overhaul, main drainage valves (>2.5 inches) overhaul, reverse osmosis desalinator installation, anchor chain and ground tackle inspect and repair, crescent davit (gen) level 2 inspect and repair, single point davit (gen) level 2 inspect and repair, sewage holding rank clean and inspect, chain lockers preserve, potable water tank preservation, cathodic protection, zinc anode renewal, renew damaged galley tiles, flight decks (exterior) preserve, ammunition hoist level 2 inspect and repair, temporary services, drydock provide, drydocking. 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 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, point of contact and telephone numbers; an (f) past performance references with points of contact and telephone numbers. This information should be forwarded to not later than 14 November 2003 to Janyce DeCanto at jdecanto@d11.uscg.mil or by fax (510) 437-3392. 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.esp.gov.
- Record
- SN00504357-W 20040117/040115211523 (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 |