Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2009 FBO #2601
SOURCES SOUGHT

J -- USCGC MARCUS HANNA DD

Notice Date
1/7/2009
 
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
CGC_MARCUS_HANNA_DD09
 
Archive Date
6/15/2010
 
Point of Contact
Lori L. Ellis,, Phone: 757 628 4646, Michael E Monahan,, Phone: 757-628-4639
 
E-Mail Address
Lori.L.Ellis@uscg.mil, michael.e.monahan@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 $500,000.00 and $1,000,000.00. 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 MARCUS HANNA (WLM-554), a 175 FOOT COASTAL BUOY TENDER. The 175 FOOT COASTAL BUOY TENDER (WLM-554) is home ported in South Portland, ME. The contractor shall perform all work at the Contractor's facility. There is a one-time geographic restriction for this dry-dock availability to a facility located within 450 nautical miles of the cutter’s homeport in South Portland, ME. The performance period will be SEVENTY ONE- (71) calendar days with a start date on or about 15 JUNE 2009. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC MARCUS HANNA (WLM-554). This work will include, but is not limited to: Clean and Inspect Grey Water Collection and Holding tanks, Clean and Inspect Sewage Collection and Holding Tanks, Inspect Z-drive Propulsion Units, Install Marine Sonic Side Scan Sonar, Overhaul and Renew Sea Valves, Overhaul and Test Fuel Valves, Inspect Sea Bay, Preserve Sea Bay – Partial, Preserve Sea Bay – 100%, Inspect and Test Carbon Dioxide System Cylinders, Inspect Bow Thruster Tunnel and Lower Unit, Inspect Various Deck Fittings, Preserve Chain Locker – 100%, Preserve Buoy Working Areas, Preserve Underwater Body – “Partial”, Preserve Freeboard Surfaces – Partial (in Dry Dock), Install New Deck Covering System(s), Renew Cathodic Protection System, Routine Drydocking, Provide Temporary Logistics, Preserve Machine Shop Bilge Surfaces – Partial, Preserve Pump Room Bilge Surfaces - Partial, Preserve Engine Room Bilge Surfaces - Partial, Preserve Hydraulic Pump Room Bilge Surfaces – Partial, Preserve Bow Thruster Room Bilge Surfaces – Partial, Preserve Cargo Hold Centerline Bilge Surfaces – Partial, Perform Ultrasonic Thickness Measurements – Freeboard Hull Plating, Perform Ultrasonic Thickness Measurements – Underwater Hull Plating.. 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 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lori.L.Ellis@uscg.mil or by fax (757) 628-4676/5. Questions may be referred to Lori Ellis at (757) 628-4646. 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 16 JANUARY 2009 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=97f8e2c356fc8d6c9204039659fd20be&tab=core&_cview=1)
 
Record
SN01728589-W 20090109/090107220518-97f8e2c356fc8d6c9204039659fd20be (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.