Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOURCES SOUGHT

J -- DryDock Repair to USCGC CYPRESS(WLB-210)

Notice Date
8/1/2007
 
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
DDUSCGCCYPRESS
 
Response Due
8/14/2007
 
Archive Date
8/14/2008
 
Description
The United States 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 Business. The estimated value of this procurement is between $500,000.00 and $1,000,000.00. 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 CYPRESS (WLB-210), a 225 FOOT "B" CLASS SEAGOING BUOY TENDER (WLB-210). The 225 FOOT "B" CLASS SEAGOING BUOY TENDER (WLB-210) is home ported in Mobile, AL. All work will be performed at the contractor's facility. The contractor shall perform all work at the Contractor's facility. The performance period will be SEVENTY-TWO (72) calendar days with a start date on or about 07 JANUARY 2008. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC CYPRESS (WLB-210). This work will include, but is not limited to: Clean and Inspect Chain Lockers; Inspect Stern Tube Seal Assembly; Inspect and Test Air Receivers and Relief Valves; Clean, Inspect and Test Hydro-pneumatic Tank; Perform Dumwaiter Maintenance ; Inspect and Test Ship Service/Emergency Switchboard, and Thruster Generator Switchboard Circuit Breakers; Inspect Controllable Pitch Propeller System; Align Fuel Transfer Pumps; Inspect Buoy Crane Hydraulic Swivel; Perform Cross Deck Winch Maintenance; Renew Capastic Fairing; Hydraulic Chain Stopper Maintenance; Service Oily Water Separator Pump; Renew Sea Strainers; Overhaul Sea Valves; Modify Stern Tube Sea Water Supply; Install Water Quality Package for Sea Water Supply to Stern Tube Bearing; Preserve Underwater Body; Renew Transducers and Preserve Transducer Hull Rings; Preserve Deck Coating in SORS & Main Cargo Hold; Preserve Weather Decks; Renew Firemain and Shoretie Valves; Modify Air Conditioning Overboard Piping; Perform Anchor and Anchor Chain Maintenance; Renew Model RAD30-15.5 Davit; Remove and Reinstall Controllable Pitch Propeller System Hub Assembly;Renew Water Tight Doors; Inspect and Maintain Cathodic Protection System; Clean, Inspect, and Preserve Sea Bay; Reseal Latex Terrazzo or Cosmetic Polymeric Deck Covering Systems; Convert Buoy Crane Swing Drive; Provide Temporary Logistics; Routine Drydocking 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 Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lori.L.Ellis@uscg.mil or by fax (757) 628-4676. Questions may be referred to Lori Ellis at (757) 628-4646. 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 (2) 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 14 August 2007 COB. 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. 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.fedbizopps.gov.
 
Record
SN01358630-W 20070803/070801220757 (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.