Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
MODIFICATION

J -- DRYDOCK REPAIRS TO 49' BUOY UTILITY STERN LOADING BOATS (BUSL)

Notice Date
5/25/2006
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, 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-DD49'BUOYUTILITYSTERNLOADING(BUSL)BOATS
 
Response Due
6/2/2006
 
Archive Date
8/30/2006
 
Description
This is a revision to the previous Sources Sought notice as there has been a change to the work items and the Geographic Restriction. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), or for Small Businesses for the Drydock and Repair of the District One, 49 Foot Buoy Utility Stern Loading Boat?s (BUSL). The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The 49 Foot BUSL boats are Geographically Restricted to the District One Area of Responsibility: Eastport, ME to Sandy Hook, NJ. The U.S. Coast Guard anticipates awarding a Requirements Type Contract for approximately 14 boats. The contract period will be 12 months from the date of award and contain Two (2) 12-month option years to be exercised at the government?s discretion. All work will be performed at the contractor?s facility. The performance period is approximately 60 calendar days and is expected to begin about August 2006. The work for the 49 Foot BUSL boats will include, but is not limited to: Welding repairs (steel), Remove, inspect and reinstall rub rail system, Stud renewal, Clean and inspect fuel tanks, Remove and dispose of additional 100 gallons of fuel, Clean and disinfect potable water tanks, Preserve 10% tank interior, Preserve 100% tank interior, Clean and inspect buoyancy chambers, Preserve 10% aft void interior, Preserve 100% aft void interior, Preserve 100% forward void interior, Clean and inspect sewage and grey water tanks, Preserve up to 10% of sewage tank interior, Preserve 100% of sewage tank interior, Preserve 100% of grey water tank interior, Realign main engine/reduction gear, Realign starboard main engine/reduction gear, Realign port main engine/reduction gear, Remove, inspect and reinstall propeller shafts, Inspect government furnished shaft, Alignment check, straighten shaft, Renew water lubricated shaft bearings, Remove, inspect and reinstall propellers, Inspect engine exhaust piping and mufflers, Clean and inspect heat exchangers, Renew valves, Renew fuel valves, Inspect and test air receiver and relief valve, Remove, inspect and reinstall rudders, Buoy handling system maintenance, Buoy handling system ? operate and inspect, Buoy handling system ? perform maintenance on equipment exposed to weather, Buoy handling system ?perform hydraulic system maintenance, Buoy handling system ? overhaul hydraulic pump, Buoy handling system ? renew hydraulic hose assemblies, Buoy handling system ?renew hydraulic fluid, Buoy handling system ? groom and weight test, Inspect various deck fittings, Preserve lazarette bulkheads, Preserve weather decks, Preserve buoy deck, Preserve underwater body, Coating system visual inspection, Coating system thickness testing, Painting of draft figures, -Conditions A, B and C, Preserve freeboard, Preserve superstructure, Preserve mast, Routine drydocking, Air test skegs and chain guard, Air test skeg, Air test chain guard, chain guard renewal, Install bow mooring bitt (EC 49 BUSL-C-020), Install intermediate bearing and upgrade shaft seal assembly (EC 49 BUSL-B-09), Upgrade zinc anodes (EC 49 BUSL-B-19), Preserve handrails, Overhaul tube axial fan and motor assemblies, Provide Temp logistics and Provide additional temp logistics. 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 intends to submit an offer on this acquisition, please respond by e-mail to mia.r.robinson@uscg.mil, or by fax (757) 628-4676. Questions may be referred to Mia Robinson at (757) 628-4654. If you intend to submit an offer on this acquisition, you must 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. In addition, please include your capabilities in the following areas of: (1) hydraulic repairs (2) steel welding (3) Facilities: (availability of indoor painting, machine shop, and storage facility with a minimum of 600 cu ft). 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 50 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 June 2, 2006 at 3:00 pm (EST). All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. A decision as to how this requirement will be pursued will be posted on the FedBizOps website at http://www.fbo.gov.
 
Place of Performance
Address: Contractor's Facility
Country: US
 
Record
SN01057118-W 20060527/060525220526 (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 |
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.