Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
SOURCES SOUGHT

J -- Sources Sought for Hubzone and SDVOSB for USCGC HAWSER Drydock Repairs

Notice Date
2/1/2008
 
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
USCGCHAWSER(WYTL65610)DD
 
Response Due
2/11/2008
 
Archive Date
6/30/2008
 
Point of Contact
Wendy Culbreth, Contract Specialist, Phone (757) 628-4657, Fax (757) 628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676
 
E-Mail Address
Wendy.J.Culbreth@uscg.mil, Michael.E.Monahan@uscg.mil
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or 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 HAWSER (WYTL-65610), 65 Foot ?C? Class Harbour Tug. The USCGC HAWSER is homeported in Bayonne, NJ. All work will be performed at contractor's facility. This vessel is geographically restricted to 144 Nautical Miles of their homeport of Bayonne NJ. The performance period will be 42 calendar days with a start date of 7 July 2008. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC HAWSER (WYTL-65610). This work will include, but is not limited to: welding repairs; clean and inspect fuel and lube oil tanks (includes disposal); clean and inspect sewage and grey water collection and holding tank; renew propeller shaft; renew water-lubricated shaft bearings; remove, inspect, and reinstall propeller; perform minor repairs and reconditioning of propeller; clean, inspect and test grid coolers; renew transducer and preserve transducer hull rings; renew valves; renew steering gear cable; remove, inspect, and reinstall rudder assembly; renew rudder bearing(s); preserve sewage and grey water collection and holding tanks; preserve underwater body; renew cathodic protection system; routine drydocking; provide temporary logistics, renew air handler(s); renew bulkhead sheathing on bridge; preserve weather decks; renew deck covering system(s); renew MDE and boiler exhaust lagging; renew hull shell plating; ultrasonic thickness measurements. Provide 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, dry, paint and flammable stores. 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 HYPERLINK mail to wendy.j.culbreth@uscg.mil wendy.j.culbreth@uscg.mil or by fax (757) 628-4676. Questions may be referred to Wendy Culbreth at (757) 628-4657. 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 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 February 10, 2008. 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 Businees 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
SN01498306-W 20080203/080201223629 (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.