Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOURCES SOUGHT

J -- Sources Sought for HubZONE and SDVOSB for USCGC FARALLON DRYDOCK REPAIRS

Notice Date
4/7/2005
 
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-FARALLONWPB1301
 
Archive Date
3/31/2006
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns. 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 FARALLON (WPB-1301), a 110 Foot ?A? CLASS PATROL BOAT. The homeport of the vessel is MIAMI BEACH, FLORIDA. This vessel is geographically restricted from Brownsville, TX to Shallottee Inlet, NC. The performance period is FORTY (40) calendar days and is expected to begin on or about 03 OCTOBER 2005. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC FARALLON (WPB-1301). This work will include, but is not limited to: Welding Repairs; Inspect and Preserve4 Tank Top Plating; Remove, Inspect, and Reinstall Propeller Shafts; Inspect Bronze Sleeves in Various Shaft Packing Areas; Overhaul Mechanical Shaft Seal Assemblies; Renew Water Lubricated Propeller Shaft Bearings; Remove, Inspect, and Reinstall Propellers; Repair Propeller Root Erosion; Preserve Transducer Hull Ring; Renew Valves; Remove, Inspect, and Reinstall Rudder Assemblies; Overhaul Stabilizing Fins; Clean and Repair Sewage and Grey Water Piping System; Renew Oily Water Discharge Piping and Dirty Oil Tank Gooseneck Vent; Clean and Inspect Heat Exchangers; Inspect and Preserve Areas in Engine Room; Preserve Forward Peak Compartment; Preserve and Disinfect Potable Water Tanks; Preserve Underwater Body; Preserve Freeboard; Preserve Weather Decks; Inspect and Maintain Cathodic Protection System; Renew Capastic Fairing; Routine Drydocking; Provide Temporary Logistics; Inspect and Repair Areas in Aft Steering Compartment; Renew Through-Deck Packing Glands; Install Windshield Washer System. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, it is expected that the acquisition will be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to bkuklinski@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Barbara Kuklinski at (757) 628-4648. 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; and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. At least two references are requested, but more are desirable. Your response is required by April 18, 2005. Contractors are reminded that should this acquisition become a HUBZone set aside, 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. Contractors are also reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business set aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business 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 or Service-Disabled Veteran-Owned Small Business set-aside. Failure to submit all information requested may result in Small Business set-aside acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00784017-W 20050409/050407211606 (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.