SOURCES SOUGHT
J -- USCGC PELICAN (WPB-87327) Drydock
- Notice Date
- 1/19/2006
- 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-DDPELICANWPB-87327
- Response Due
- 2/10/2006
- Archive Date
- 10/2/2006
- 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 (SDVOSB)or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK and Repair to the USCGC PELICAN (WPB-87327), an 87 Foot Patrol Boat. The USCGC PELICAN is homeported in Morgan City, LA. Geographic Restriction: Restricted from Brownsville, TX to Shallottee Inlet, NC. All work will be performed at the contractor?s facility. The performance period will be forty-two (42) calendar days with a start date on or about 2 October 2006. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC PELICAN (WPB 87327). This work will include, but is not limited to: clean and inspect fuel and waste oil tanks, clean sewage and grey water collection and holding tanks, realign main engine/reduction gear, remove, inspect and reinstall propeller shafts, perform stern tube/strut alignment inspection, inspect government furnished propeller shaft, inspect water lubricated shaft bearings, renew intermediate bearings, renew aft bearings, remove, inspect and reinstall propellers, prepare minor repair and recondition of propeller, preserve transducer hull rings, overhaul and renew valves, remove, inspect and reinstall rudder assemblies, preserve rib wet notch deck and stern door interior surface, preserve underwater body, coating system visual inspection, painting of draft marks, renew cathodic protection system, renew capastic fairing,, routine drydocking, provide temporary logistics to cutter for systems that are affected during overhauls, preserve main deck surfaces, preserve freeboard, and replace hatch combing 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, this 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 or 19.1404 if you firm is SDVOSB and intend to submit an offer on this acquisition, please respond by e-mail to manderson@mlca.uscg.mil, or by fax (757) 628-4676/75. Questions may be referred to Mildred Anderson at (757) 628-4637. In response please include the following: (a) a positive statement of your intent 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 phone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 51 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by February 10, 2006. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside or Small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fbo.gov.
- Record
- SN00968710-W 20060121/060119211613 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |