SOURCES SOUGHT
J -- USCGC MATINICUS (WPB-1315)
- Notice Date
- 4/10/2008
- 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, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- CGCMATINICUS09DD
- Point of Contact
- Mia R Mayers,, Phone: 757-628-4654, Vanessa A Nemara,, Phone: 757-628-4634
- E-Mail Address
-
mia.r.mayers@uscg.mil, vanessa.a.nemara@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 estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK AND REPAIR of the USCGC MATINICUS (WPB-1315), a 110 FOOT "A" CLASS PATROL BOAT. The CGC MATINICUS is home ported in San Juan, PR. The contractor shall perform all work at the Contractor's facility. The performance period will be FORTY-TWO (42) calendar days with a start date on or about 20 October 2008. The scope of work for this acquisition is but not limited to: Welding repairs (steel); Welding Repairs (aluminum); Routine Drydocking; Provide Temporary Logistics; Provide Additional Temporary Logistics; Provide Small Boat Storage; Clean tanks and Inspect Fuel Service Tanks; Clean and Inspect Fuel Stowage and Overflow Tanks; Clean and Inspect Oil and Oily Waste Tanks; Preserve Oil Tanks - Partial; Preserve Oil Tanks 100%; Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; Preserve Sewage and Grey Water Collection and Holding Tanks - Partial; Preserve Sewage and Grey Water Collection and Holding Tank - 100%; Clean and Disinfect Potable Water Tanks; Preserve and Disinfect Potable Water Tanks - Partial; Inspect MDE Exhaust System; Overhaul Stabilizing Fins; Overhaul and Renew Sea Valves; Overhaul and Renew Firemain Valves; Overhaul and Renew ASW Valves; Overhaul and Renew Bilge and Ballast Valves; Remove, Inspect and Reinstall Propellers; Repair Propeller Root Erosion; (1.0 cubic inch); Balance Propeller; Remove, Inspect and Reinstall Propeller Shafts; Overhaul Mechanical Shaft Seal Assemblies; Inspection and Maintain Cathodic Protection System; Renew Water Lubricated Propeller Shaft Bearings; Inspect Bronze Sleeves in Various Areas; Remove, Inspect and Reinstall Rudder Assemblies; Overhaul Steering Gear Components; Renew Speed Doppler; Renew Depth Indicating Transducer; Preserve Underwater Body - Partial; Preserve Underwater Body 100%; Preserve Freeboard; Preserve Weather Decks; Preserve Forward Void; Perform Hull Repairs; Renew Floating Deck System in CO's Cabin; Renew Shower Stalls; Renew Structural Closure(s); Renew Sewage System Piping; Renew Electro-Hydraulic Crane; Modify Oily Water Separator Piping (110-B-132); Replace Reverse Osmosis Water Maker (EC 110-B-135); Install P100 Fixed Piping (EC 110-C-126); Ultrasonic Thickness Measurements; Renew Capastic Fairing; and Renew Pilothouse Windows. 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 Mia.R.Mayers@uscg.mil or by fax (757) 628-4675. Questions may be referred to Mia Mayers at (757) 628-4654. 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 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 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 24 April 2008, 2:00 p.m. (EST). 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, or Small Business set aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at https://fbo.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41f307f5801c30cfaab9f55f1db81d22&tab=core&_cview=1)
- Place of Performance
- Address: Contractor 's Facility, United States
- Record
- SN01551165-W 20080412/080410215216-41f307f5801c30cfaab9f55f1db81d22 (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 |