Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOURCES SOUGHT

J -- FY 04 Drydock & Repairs of USCGC CHASE (WHEC 718)

Notice Date
1/30/2004
 
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-6251032
 
Response Due
2/17/2004
 
Point of Contact
Valerie Rivera-Chase, Contract Specialist, Phone (510) 437-3624, Fax (510) 437-3392, - Brenda Hess, Supervisory Contract Specialist, Phone (510) 437-3390, Fax (510) 437-3392,
 
E-Mail Address
VRivera-Chase@d11.uscg.mil, bhess@d11.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U.S. Coast Guard, Maintenance Logistics & Procurement Command, Pacific, (VPL-1) is looking for certified HUBZone firms that may be interested and have the capabilities to perform drydock and repairs to USCGC CHASE (WHEC 718), a 378 foot high endurance cutter, homeported in San Diego, CA. The vessel?s availability is for fifty-five (55) calendar days, starting 04 August 2004 through 28 September 2004. A geographical restriction to the cutter?s homeport is applicable for this requirement. The work will include, but is not limited to; production control GANTT Bar chart; appendages (underwater) leak test; hull plating, (underwater) body inspect; hull plating (underwater) ultrasonic testing; voids (non-accessible) leak test; tanks MP fuel storage/overflow inspect; propulsion shaft coating inspect & test; prop shaft fairwaters & rope guards inspect & repair; prop shaft seals (inflatable) renewal; prop shaft bearings (mech) inspection & clean; prop shaft bearings (external) check clearance; CPP system general maintenance; hubs general maintenance; propellers inspect & clean; vent ducts (galley & pantry RM ALL) clean; vent ducts (engine RM ALL); vent ducts (laundry exhaust) clean; sea strainers (all sizes) overhaul; sea valves & waster piece,(<= 2.5?) renew; sea valves & waster piece (>2.5?) overhaul; mag sprinkler valves, (>= 2.5 inches) overhaul; firemain valves, >= 2.5 inches overhaul; rudder stock bearings check clearances; rudder stocks & liners inspect & repair; rudders inspect and inspect; thruster unit (general) overhaul; thruster unit hydraulic accumulators inspect & hydro test; anchor chains & ground tackle inspection & repair; anchor windlass (GEN) level 2 inspection and repair; warping capstan (GEN) Level 2 inspection & repair; oily water separator (GEN) overhaul; hull plating , (underwater body) preserve partial; rudders preserve, 100%; cathodic protection/zinc renewal; temporary services, dockside provide; drydocking accomplish. 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 personnel must be expended for employees of the concern.? The NAICS code assigned to this procurement will be 336611 with a size standard of less than 1,000 employees. The concern must be a 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. The resultant contractor must maintain the minimum 35% HUBZONE employee requirement throughout the performance period of this acquisition. Firms that have been certified as a small business HUBZone by the SBA, and have the interest and capabilities to perform dockside repairs under such a requirement, should submit the following information: (a) Company name and address; (b) Company?s POC, including telephone and facsimile numbers and e-mail address; (c) a positive statement of your intent to submit a bid/offer for this requirement as a prime contractor; (d) 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 (e) past performance references with points of contact and phone numbers. This information should be forwarded by 17 February 2004 to Ms. Valerie Rivera-Chase at vrivera-chase@d11.uscg.mil. Failure to submit all information requested may result in an unrestricted acquisition. A decision whether this will be pursued as a HUBZone small business set aside or an unrestricted basis will be posted at www.eps.gov.
 
Place of Performance
Address: SAN DIEGO, CA
 
Record
SN00512759-W 20040201/040130211544 (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.