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 -- USCG 49' Buoy Utility Stern Loading Boats Drydock Repairs

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
2107807313B70
 
Response Due
3/1/2007
 
Archive Date
3/1/2008
 
Description
The U.S. Coast Guard anticipates awarding a Requirements Type Contract for approximately 13 boats and is considering whether or not to set aside an acquisition for HUBZone, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), or Small Business concerns only. The small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK repairs to 49 Foot Buoy Utility Stern Loading Boats (BUSL.) The requirements period is to run 12 months from date of award. The procurement contains TWO (2) 12 month option years to be exercised at the government?s discretion. The performance period is approximately 60 calendar days and is expected to begin about June 2007. All work is to be performed at the contractor?s facility. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the 49 Foot Buoy Utility Stern Loading Boats (BUSL.) This work 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; Routing 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. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. Additionally, please include your capabilities in the following areas: (1) hydraulic repairs system repairs for A-frame hydraulic overhaul; and, (2) Steel welding. 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 Mia.R.Robinson@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mia R. Robinson at (757) 628-4654. 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 March 01, 2007. 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. 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.
 
Record
SN01231966-W 20070216/070214220407 (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.