Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2005 FBO #1223
MODIFICATION

J -- DRYDOCK & REPAIR USCGC HAWSER (WYTL-65610)

Notice Date
3/17/2005
 
Notice Type
Modification
 
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
HSCG80-05-Q-3FAD68
 
Response Due
3/15/2005
 
Point of Contact
Fredrick Baechle, Contracting Officer, Phone 757-628-4652, Fax 757-628-4676,
 
E-Mail Address
bbaechle@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard is going to set aside an acquisition for Small Business concerns only. This solicitation should be issued on or about 4/1/2005. The estimated value of this procurement is between $100,000.00 and $500,000. The small business size standard is less than 1,000 employees, NAICS Code is 336611 and the SIC is 3731. The acquisition is for DOCKSIDE repairs to the USCGC HAWSER (WYTL-65610), a 65-FOOT “C” CLASS BUOYTENDER. All work will be performed at contractors place of performance. The performance period will be 52 calendar days with a start date of 11 JULY 2005. The home pier of the cutter is BAYONNE, NJ. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC HAWSER (WYTL-65610). This cutter is restricted to no open water transit further restricted from Troy Locks, NY to Toms River NJ . This work will include, but is not limited to, L (1)Welding Repairs (2)Clean Sewage and Grey Water Collection and Holding Tank(3)remove, Inspect, and Reinstall Propeller Shaft (4)Renew Shaft Covering(5)Straighten Shaft (6)Renew Water-Lubricated Shaft Bearings( 7)Remove, nspect, and Reinstall Propeller(8) Perform Minor Repairs and Reconditioning of Propeller(9)Clean, Inspect, and Test Grid Coolers (10) Renew Transducer and Preserve Transducer Hull Ring and Adapter( 11)Overhaul and enew Valves(12)Inspect and Test Air Receiver and Renew Relief Valve(13)Remove, Inspect, and Reinstall Rudder Assembly(14)Inspect Various Deck Fittings(15)Preserve Weather Deck(16)Preserve Underwater Body(17)PreserveFreeboard18renew Cathodic Protection System(19)Provide Dining and Lodging(20)Provide Temporary Logistics(21)Routine Drydocking(22)Inspect and Upgrade Welds in Berthing, Sewage Void, and Forepeak Framesand Shell Plating(23)Preserve Bilge Surfaces In Lazarette(24)Preserve Bilge Surfaces In Port and Starboard Voids(25)Preserve Bilge Surfaces In Main Hold(26)Preserve Surfaces in Sewage Void Compartment(27)Preserve urfaces in Forepeak Compartment(28)Preserve Superstructure29Repair Holes in Gunwale, Bulwark, and Tubing30Renew Pilothouse Top(31) Reseal Ship Office Soft Patch(32)Drill Vent Cover Mounting Holes(33)Renew PRopulsionShaft Struts(34) Overhaul Steering Gear sytem(35) Renew Stack and Stack DeckInstall Davit Base(36) Install Davit Base (37)Renew Superstructure Mounting(38)Renew Mess Deck and Office Sheathing and Insulation(39)Renew Lazarette T-Bar(40)Install Pilothouse Bi-Metallic Transition Joint (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 http://bbaechle@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to F. Barat Baechle at (757) 628-4652. In your response please 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. 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 on FedBizOpps. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGMLCA/HSCG80-05-Q-3FAD68/listing.html)
 
Record
SN00779984-F 20050402/050331214741 (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.