Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2004 FBO #0852
SOURCES SOUGHT

J -- J - DRYDOCK AND REPAIR USCGC OSAGE AND BARGE

Notice Date
3/25/2004
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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-65505
 
Response Due
4/5/2004
 
Archive Date
5/5/2004
 
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. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC OSAGE (WLR-65505), a 65 Foot RIVER BUOY TENDER and 100 Foot BARGE. The homeport of the vessel is Sewickley, Pennsylvania. The performance period is FIFTY-FOUR (54) calendar days and is expected to begin on or about 06 September 2004 and end on or about 30 October 2004. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC OSAGE (WLR-65505) and barge. This work will include, but is not limited to: welding repairs; remove, inspect, and reinstall propeller shafts; renew water-lubricated shaft bearings; remove and reinstall propellers; clean, inspect and test grid coolers; remove, inspect and reinstall rudder assemblies, overhaul and renew valves, renew tender towing knees, preserve spud and spud well on tender and barge, inspect various deck fittings, perform minor repair and recondition of propeller; renew propeller shaft sleeves, preserve barge buoy deck, provide temporary messing and berthing, provide temporary logistics, routine drydocking, preserve underwater body; provide additional temporary messing and berthing; provide additional temporary logistics, renew rudder lower bearing trunk and renew spud well liners. 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 as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified 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 April 5, 2004. Contractors are reminded that should this acquisition become a Hubzone set aside, pr FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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 on an unrestricted basis, will be posted in FedBizOpps website at http://www.eps.gov.
 
Place of Performance
Address: This procurement is geographically restricted to the Western Rivers of the United Stateas. For a complete description of the waterways included in this restriction, contact the Contract Speciaist, Mr. Louis Romano.
Country: United States
 
Record
SN00553837-W 20040327/040325211554 (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.