Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOURCES SOUGHT

J -- USCGC KNIGHT ISLAND (WPB-1348) DD

Notice Date
9/26/2007
 
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-USCGCKNIGHTISLAND_DD
 
Response Due
10/19/2007
 
Archive Date
11/3/2007
 
Point of Contact
Viki Frey, Contract Specialist, Phone 757-628-4644, Fax 757-628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676
 
E-Mail Address
Viki.J.Frey@uscg.mil, Michael.E.Monahan@uscg.mil
 
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 small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC KNIGHT ISLAND (WPB-1348), a 110 ?C? Class Patrol Boat. The USCGC KNIGHT ISLAND (WPB-1348) is homeported in ST. PETERSBURG, FLORIDA. The performance period will be forty-two (42) calendar days with a start date on or about 17 MARCH 2008. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC KNIGHT ISLAND (WPB-1348). This work will include, but is not limited to: (1) Welding Repairs, (2) Clean and Inspect Fuel and Oil Tanks, (3) Preserve Oil Tanks, (4) Clean and Inspect Sewage and Grey Water Collection and Holding Tanks, (5) Clean Sewage and Grey Water Piping Systems and Repair Deck Drains, (6) Clean and Disinfect Potable Water Tanks, (7) Renew Main Diesel Engine, (8) Renew and Realign Reduction Gear Assembly, (9) Renew Sea Strainer, (10) Clean and Inspect Heat Exchangers, (11) Overhaul Stabilizing Fins, (12) Inspect MDE Exhaust System, (13) Overhaul and Renew Valves, (14) Remove, Inspect, and Reinstall Propellers, (15) Repair Propeller Root Erosion, (16) Remove, Inspect, and Reinstall Propeller Shafts, (17) Overhaul Mechanical Shaft Seal Assemblies, (18) Inspect and Maintain Cathodic Protection System, (19) Renew Water Lubricated Propeller Shaft Bearings, (20) Inspect Bronze Sleeves in Various Areas, (21) Remove, Inspect, and Reinstall Rudder Assemblies, (22) Overhaul Steering Gear Components, (23) Renew Transducer and Preserve Transducer Hull Ring, (24) Preserve Underwater Body, (25) Replace Non-Skid Deck Pads, (26) Preserve Freeboard, (27) Renew Deck Covering System, (28) Renew Skeg Top and Replace Hull Plate, (29) Install New Flush-mounted Hatch Drains and Forward Peak Hatch, (30) Install P-100 Fixed Piping, (31) Replace Aluminum Mast, (32) Repair Piping System, (33) Renew Cofferdam Bilge Pipe, (34) Preserve Bilge Surfaces in Engine Room. 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 FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Viki.J.Frey@uscg.mil or by fax (757) 628-4676/4675. Questions may be referred to Viki Frey at (757) 628-4644. 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 FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or FAR 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 19 OCTOBER 2007. 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
SN01421446-W 20070928/070926223425 (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.