Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOURCES SOUGHT

20 -- USCGC KATMAI BAY (WTGB-101)

Notice Date
4/6/2009
 
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
USCGCKATMAIBAY
 
Point of Contact
Susan A. Kreider,, Phone: 7576284644, Mildred Figuereo,, Phone: 7576284637
 
E-Mail Address
susan.a.kreider@uscg.mil, mildred.a.figuereo@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 $400,000.00 and $425,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to dock side and repair the USCGC Katmai Bay (WTGB-101), a 140 foot Icebreaking Tug. The homeport of the vessel is Sault Ste. Marie, MI. The performance period is thirty-six (36) calendar days and is expected to begin on or about August 10, 2009. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC Katmai Bay (WTGB-101). This work will include, but is not limited to: clean and inspect fuel service tanks, clean and disinfect potable water tanks, clean and inspect grey water collection and holding tanks, clean main diesel engine ship service generator and boiler exhaust stacks, test switchboard circuit breakers, clean shipboard ventilation systems, inspect and test air receivers, perform boat boom maintenance, perform anchor windlass maintenance, perform vertical capstan maintenance, upgrade lube oil purifier, clean and inspect main propulsion motor in place, renew sea water cooling pumps and lube oil pumps for main propulsion motor, inspect and hydrostatic test HALON cylinders, renew QAWTD, inspect exhaust stack piping supports, renew heating system piping, clean and inspect fire pump, renew potable water pumps, restore ladder to original configuration, renovate berthing spaces, install new deck covering systems. 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 susan.a.kreider@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 April 30, 2009 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 on the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Susan Kreider at (757) 628-4644.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=139109b3a96016e5c58e2b28f39e1ef7&tab=core&_cview=1)
 
Place of Performance
Address: USCGC KATMAI BAY (WTGB-101), 337 WATER STREET, SAULTE STE. MARIE, Maine, 49783, United States
Zip Code: 49783
 
Record
SN01786851-W 20090408/090406221036-139109b3a96016e5c58e2b28f39e1ef7 (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.