Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2008 FBO #2531
SOURCES SOUGHT

Z -- Source Sought For USCGC RIDLEY (WPB-87328) Drydock and Repair

Notice Date
10/29/2008
 
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
WPB87328DDFY09
 
Archive Date
10/29/2009
 
Point of Contact
Jenifer M. Bordelon,, Phone: 757-628-4653, Stephen A Clark, Phone: 757-628-4648
 
E-Mail Address
jenifer.m.bordelon@uscg.mil, Stephen.A.Clark@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, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for small businesses. 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 RIDLEY (WPB 87328), an 87 foot patrol boat. The USCGC RIDLEY homeport is Montauk, NY. All work will be performed at contractor's facility. The USCGC RIDLEY is geographically restricted to a facility located within 540 nautical miles of the cutter’s homeport in Montauk, NY. The performance period will be forty two (42) calendar days with an anticipated start date on or about 6 April 2009. The scope of the acquisition is for the Dry-docking, overhauling, cleaning and repairing of various items aboard the USCGC RIDLEY (WPB 87328). This work will include, but is not limited to: Routine drydocking; Remove, inspect, and reinstall propeller shafts; Repair Shaft; Straighten shaft; Remove, Inspect, and Reinstall Propellers; Perform minor repair and reconditioning of propeller; Renew Depth Indicating Transducer; Remove, Inspect, and Reinstall Rudder Assembly; Preserve underwater body; Provide temporary logistics; Preserve Forward Peak Compartment; Realign Main Engine Reduction Gear; Overhaul and Renew Valves; Clean and Inspect Fuel Service Fuel Tanks; Inspect Pilothouse Deck; Renew Hatch Coamings; Clean and Inspect Grey water Collection System and Holding Tank; Clean and Inspect Sewage Holding tank; Collection Renew Cathodic Protection System; and Inspect Sea Chest Riser Piping and Flanges. 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, the 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 FAR 19.1404, if your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to Jenifer.m.Bordelon@uscg.mil or by fax (757) 628-4675. Questions may be referred to Jenifer Bordelon at (757) 628-4653. 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 or 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 November 12, 2008. 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. 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, will be posted on the FedBizOps website at http://www.fbo.gov. GEOGRAPHICAL RESTRICTIONS: This requirement is restricted to a facility located within 540 nautical miles of the cutter’s homeport.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e5e8312911d016d56ff0360d094bf631&tab=core&_cview=1)
 
Place of Performance
Address: GEOGRAPHICAL RESTRICTIONS: This requirement is restricted to a facility located within 540 nautical miles of the cutter’s homeport, United States
 
Record
SN01698022-W 20081031/081029214916-e5e8312911d016d56ff0360d094bf631 (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.