Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOURCES SOUGHT

J -- USCGC BAYBERRY (WLI-65400) 08 Drydock and Repair

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
CGCBAYBERRY08DD
 
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 $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 the Drydock and Repair of the USCGC BAYBERRY (WLI-65400), a 65 FOOT INLAND BUOY TENDER. The CGC BAYBERRY's home port is Portsmouth, VA. The contractor shall perform all work at the Contractor's facility. The performance period will be Fifty-Four (54) calendar days with a start date on or about 15 September 2008. The CGC BAYBERRY is geographically restricted to an area within 70 Nautical Miles of the home port of Portsmouth, VA. The scope of the acquisition is for but not limited to: Cleaning and Inspect Fuel and Lube Oil; Clean and Disinfect Potable Water Tanks; Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; Remove, Inspect and Reinstall Propeller Shafts; Renew Water Lubricated Shaft Bearings; Renew Propeller Shaft Sleeve; Remove, Inspect and Reinstall Propellers; Perform Minor Repairs and Reconditioning of Propeller; Clean MDE and SSDG Exhaust Pipes; Clean Shipboard Ventilation Systems; Overhaul and Renew Valves, Inspect and Test Air Receiver and Relief Valves; Remove, Inspect, and Reinstall Rudder Assemblies; Overhaul Mechanical Chain Stoppers; Clean Sewage Piping; Preserve Forepeak tank; Preserve Buoy Deck; Preserve Underwater Body; Paint Draft Marks; Routine Drydocking; Provide temporary Logistics; Provide Additional Temporary Logistics; Bulwark Structural Modifications; Install Cleat on Buoy Deck; Remove Push Knees and their Support Structure; Install Awning on Fantail; Inspect and Overhaul Strainers; Renew Sewage Vacuum and Discharge Pumps; and Renew Sewage and Grey Water Pipe Valves and Fitting. 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 your 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) 628-4675/76. 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 April 21, 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=27e1700b1df6c04c608fa70a9a3f5140&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility: The CGC BAYBERRY is geographically restricted to an area within 70 Nautical Miles of the home port of Portsmouth, VA., United States
 
Record
SN01551180-W 20080412/080410215236-27e1700b1df6c04c608fa70a9a3f5140 (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.