Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOURCES SOUGHT

J -- USCGC MOHAWK (WMEC-913) Drydock

Notice Date
8/20/2008
 
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
MohawkFY09DD
 
Response Due
9/9/2008 11:00:00 AM
 
Archive Date
9/8/2009
 
Point of Contact
Tracey M. Strawbridge, Phone: 7576284657, Lori L. Ellis,, Phone: 757 628 4646
 
E-Mail Address
tracey.strawbridge@uscg.mil, Lori.L.Ellis@uscg.mil
 
Small Business Set-Aside
N/A
 
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 $1,000,000 and $5,000,000. 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 MOHAWK (WMEC-913), a 270 FOOT B CLASS MEDIUM ENDURANCE CUTTER which is home ported in Key West, FL. The contractor shall perform all work at the Contractor's facility. The performance period will be EIGHTY-ONE (81) calendar days with a start date on or about 5 JANUARY 2008. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC MOHAWK (WMEC-913). This work will include, but is not limited to: Perform Structural Inspections and Repairs in Various Locations; Clean and Inspect Fuel Tank; Clean and Inspect Ballast Tanks; Install Ballast Ingots for Weight Moment Compensation; Remove and Reinstall Propeller Shafts, and Inspect Stern Tubes; Upgrade Helo Start Rectifier; Upgrade Helicopter Service System Frequency Converter; Modify Laundry Space Ventilation System; Upgrade Air Conditioning System (EC WMEC 270-B-150); Install SSDG Jacket Water Cooler Duplex Strainer and Flow Control System; Preserve and Reinsulate Bulkhead 82 in Auxiliary Machinery Space #1; Routine Drydocking; Perform Structural Inspections and Repairs in Various Locations; Renew Structural Closure; Renew Structural Closures; Renew MK 75 Gun Mount Top Ring Plate; Inspect Propeller Shafts; Remove, Inspect, and Reinstall Intermediate Shaft; Renew Shaft Covering; Overhaul Stern Tube Seal Assemblies; Renew Water-Lubricated Shaft Bearings; Renew Propeller Shaft Sleeves; Remove and Reinstall Controllable Pitch Propeller Hubs; Overhaul and Renew ASW Valves; Renew Depth Indicating Transducers; Renew Speed Doppler; Overhaul and Renew Sea Valves; Inspect Simplex and Renew Duplex Sea Strainers; Overhaul Ballast Valve Manifolds; Clean, Inspect, and Test Hot water Accumulator Tank and Hydro-Pneumatic Tank; Overhaul Potable Water Manifold Valves; Overhaul and Test Fuel Valve Manifolds; Renew Magazine Sprinkler Valves; Inspect and Test Air Receivers and Relief Valves; Service Rudder Assemblies; Service Fin Stabilizer Systems; Renew Fin Stabilizer Shaft Sleeve; Renew Fixed Helo Hangar Section Bimetallic Foundation; Perform Anchor, Anchor Chain, and Ground Tackle Maintenance; Preserve Anchor, Anchor Chain, and Ground tackle Maintenance; Renew Fixed Hangar Section Expansion Joint Rubber Seal; Perform Inspection and Maintenance of TALON Helicopter Landing Grid; Preserve and Disinfect Potable Water Tanks; Preserve Underwater Body – Complete; Preserve Freeboard Surfaces – Partial; Overcoat Superstructure; Overcoat Stacks; Preserve Bilge and Tank Top Surfaces; Renew Cathodic Protection System; Overcoat Main Mast; Provide Temporary Logistics. 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 19.1404 a SDVOSB, or 19.501 a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to tracey.strawbridge@uscg.mil or by fax (757) 628-4676. Questions may be referred to Tracey Strawbridge 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. 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 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 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 9 September 2008 at 1100 AM 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 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0d2f012df10bcbb163b882bda498ab2&tab=core&_cview=1)
 
Place of Performance
Address: Key West, Florida, United States
 
Record
SN01645779-W 20080822/080820221405-d0d2f012df10bcbb163b882bda498ab2 (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.