Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOURCES SOUGHT

J -- USCGC TARPON DRYDOCK REPAIRS

Notice Date
5/21/2008
 
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
WPB-87310
 
Point of Contact
Monique Swinson,, Phone: 757-628-4753, Vanessa A Nemara,, Phone: 757-628-4634
 
E-Mail Address
monique.swinson@uscg.mil, vanessa.a.nemara@uscg.mil
 
Small Business Set-Aside
N/A
 
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 for Small Businesses. The estimated value of this procurement is between $200,000.00 and $500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is for drydock and repairs to the USCGC TARPON (WPB-87310), an 87 foot patrol boat. The homeport of the vessel is Tybee Island, GA. The performance period is forty two (42) calendar days and is expected to begin on or about 06 October 2008 and end on or about 17 November 2008. The scope of the acquisition is for the cleaning, inspecting, and renewing of various items aboard the USCGC TARPON (WPB-87310). This work will include, but is not limited to: welding repairs, clean and inspect oil and oily waste tanks, clean and inspect fuel tanks, clean and inspect grey water tank, clean and inspect sewage tank, realign main engine/reduction gear, remove, inspect, and reinstall propeller shafts, repair shaft, straighten shaft, renew intermediate water lubricated shaft bearing, renew aft water lubricated shaft bearing, renew bearing carrier, remove, inspect, and reinstall propellers, perform minor repair and recondition of propeller, renew transducer, preserve transducer hull ring, overhaul and renew valves, clean and inspect sea strainers, remove, inspect, and reinstall rudder assemblies, renew rudder lower bearing, clean sewage piping systems, clean grey water piping systems, preserve forward peak compartment, install rhib notch skid pad, preserve underwater body-partial, preserve underwater body-complete, ultrasonic thickness measurements underwater body (includes 250 UT shots), renew cathodic protection system, routine drydocking, additional fuel removal and disposal (up to 250 gallons), provide temporary logistics, provide scaffolding-freeboard, provide scaffolding – mast, install afff bilge sprinkler system, renew hatch coamings, renew mast bracket, renew aft pilothouse deck landing, install shaft seal cooling flow meters, renew door, and renew rope guard. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to monique.swinson@uscg.mil or by fax at (757) 628-4676. In your response you must include (a) a positive statement of your intention 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 telephone numbers. At least two references are requested, but more are desirable. Your response is required by May 28, 2008 at 4:30 pm, EST. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone 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. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 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. 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 an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Monique Swinson at (757) 628-4753.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd33ae2cf47173beafab0a2a5f8c7d35&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01577922-W 20080523/080521215758-fd33ae2cf47173beafab0a2a5f8c7d35 (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.