Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2007 FBO #1908
SOURCES SOUGHT

J -- USCGC KINGFISHER DRYDOCK & REPAIR

Notice Date
2/14/2007
 
Notice Type
Sources Sought
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-USCGC-KINGFISHER-87322
 
Response Due
2/28/2007
 
Archive Date
1/1/2008
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned business concerns ( SDVOSB) or for Small Businesses. The estimated value of this procurement is between $100,000.00 and $250,000.00. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC KINGFISHER (WPB-87322), an 87 Foot Patrol Boat. The USCGC KINGFISHER is homeported in Atlantic Beach, FL. All work will be performed at contractor's facility. The performance period will be forty two (42) calendar days with an anticipated start date of July 9, 2007. The scope of the acquisition is for the drydocking and repair of various items aboard the USCGC KINGFISHER (WPB-87322). This work will include, but is not limited to: Welding Repairs, Clean and Inspect Fuel and Waste Oil Tank, Clean Sewage and Grey Water, Collection and Holding Tanks, Clean Sewage and Grey Water Piping System, Realign Main Engine/Reduction Gear, Remove, Inspect, and Reinstall Propeller Shafts, Repair Shaft, Straighten Shaft, Inspect Water-Lubricated Shaft Bearings, Remove, Inspect and Reinstall Propellers, Perform Minor Repair and Recondition of Propeller, Preserve Transducer Hull Rings, Overhaul and Renew Valves, Remove, Inspect, and Reinstall Rudder Assemblies, Preserve Main Deck Surfaces, Preserve RHIB Wet Notch Deck and Stern Door Interior Surfaces, Preserve Underwater Body, Preserve Aluminum Mast In-Place, Renew Cathodic Protection System, Inspect Transducer Fairing, Routine Drydocking, Remove, Inspect and Reinstall Stern Launch Door Pivot Pins, Bushings and Washers, Preserve Forward Peak Compartment, Inspect Hull Plating, Renew Hull Plating, and Provide temporary logistics to cutter for systems that are affected during overhauls such as, office space, telephone, parking, duty section berthing, lights, power, compressed air, heavy lift equipment, refuse disposal, and paint and flammable stores. The place of contract performance for this procurement is the contractor?s facility. 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 FAR 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to:sclark@mlca.uscg.mil sclark@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Stephen Clark at (757) 628-4648. 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 and (d) if your company does not own a drydock, a letter of commitment from the company providing the drydock during the performance period of this availability. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, 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 or 52.214-6, will apply, which requires that at least fifty (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 the close of business on February 28, 2007. 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. Failure to submit all information requested may result in a 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.
 
Place of Performance
Address: CONTRACTORS FACILITY
Zip Code: 32233
Country: UNITED STATES
 
Record
SN01231964-W 20070216/070214220405 (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.