Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOURCES SOUGHT

J -- CGC Chandeleur Drydock (WPB 1319)

Notice Date
9/1/2009
 
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
2010ChandeleurDrydock
 
Archive Date
9/1/2011
 
Point of Contact
Kathryn E Stark, Phone: 757 628-4588, Lisa Dieli, Phone: 757-628-4647
 
E-Mail Address
kathryn.e.stark@uscg.mil, lisa.dieli@uscg.mil
(kathryn.e.stark@uscg.mil, lisa.dieli@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this notice is to determine the level of interest and feasibility of the U.S. Coast Guard setting aside an acquisition for HUBZone concerns, Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. This notice is for informational and preliminary planning purposes and shall not be construed as a solicitation or as an obligation on the part of the US Coast Guard.The NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC CHANDELEUR (WPB-1319), a 110 FOOT B Class Patrol Boat. The home pier of the vessel is located at 100 MacArthur Causeway, Miami Beach, FL 33139. The performance period is forty-two (42) calendar days and is expected to begin on or about 08 FEBRUARY 2010 and end on or about 22 MARCH 2010. There is a geographical restriction associated with this availability. The vessel is restricted to traveling to a facility located within 432 nautical miles from the vessel’s homeport in Miami Beach, Florida. Travel distances within the restriction allow for less than two days of underway transit. The scope of the acquisition is for various repairs including but not limited to: Routine Drydocking (position 2), Provide Temporary Logistics, Clean and Inspect Fuel Service Tanks, Clean and Inspect Fuel Stowage and Overflow Tanks, Clean and Inspect Oil and Oily Waste Tanks, Clean and Inspect Sewage Collection and Holding Tanks, Clean and Inspect Grey Water Collection and Holding Tanks, Clean Sewage Piping System, Clean Grey Water Piping System, Clean and Disinfect Potable Water Tanks, Preserve Oil and Oily Water Tanks - 100%, Preserve Oil and Oily Water Tanks – Partial, Preserve Sewage Collection and Holding Tanks - 100%, Preserve Sewage Collection and Holding Tanks – Partial, Preserve Grey Water Collection and Holding Tanks – Partial, Preserve and Disinfect Potable Water Tanks – Partial, Preserve Forward Peak Compartment, Preserve Forward Void, Clean and Inspect Heat Exchangers, Inspect MDE Exhaust System, Overhaul Duplex Sea Strainers, Overhaul Stabilizing Fins, Remove, Inspect, and Reinstall Propellers, Remove, Inspect, and Reinstall Propeller Shafts, Overhaul Mechanical Shaft Seal Assemblies, Renew Water-Lubricated Propeller Shaft Bearings, Remove, Inspect and Reinstall Rudder Assemblies, Overhaul Steering Gear Components, Preserve Weather Decks, Preserve Underwater Body – “100%”, Renew Speed Doppler, Renew Depth Indicating Transducer, Inspect and Maintain Cathodic Protection System, Renew Capastic Fairing, Perform Aluminum Hull and Structural Repairs - 1/4" Plate, Perform Aluminum Hull and Structural Repairs - 5/16" Plate, Perform Hull and Structural Plating Repairs -Crack (Aluminum), Perform Hull and Structural Plating Repairs - Eroded Weld (Aluminum), Perform Hull and Structural Plating Repairs - Overlay Welding (Aluminum), Perform Hull and Structural Plating Repairs – Crack, (Steel), Perform Hull and Structural Plating Repairs - Eroded Welds (Steel), Perform Hull and Structural Plating Repairs - Overlay Welding (Steel), Perform Hull and Structural Plating Repairs -Corrugated Plate (4.0-Pound), Perform Steel Hull and Structural Plating Repairs (5-Pound), Perform Steel Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound), Perform Steel Hull and Structural Plating Repairs (7.5-Pound or 7.65-Pound), Perform Steel Structural Member Repairs -Steel Studs, Remove, Reinstall and Realign Main Diesel Engine, Remove, Reinstall and Realign Reduction Gear Assemblies, Preserve Bilge Surfaces In Various Locations, Renew Insulation in Aft Steering and Battery Space Compartment, Perform Aluminum Hull and Structural Repairs – 3/16” Plate, Renew Structural Closures, Renew Furnishings, Renew Through-Deck Packing Glands, Renew Sea Valves, composite labor rate; GFP report; and laydays. 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 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit a quote for this acquisition, please respond by e-mail to Kathryn.e.stark@.uscg.mil. Questions may be submitted to Ms. Kathryn Stark at Kathryn.e.stark@uscg.mil. Your response must include: (a) a positive statement of your intention to submit a quote 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers; (d) statement of current small business size status clearly marked on the first page of the submission. At least two references are requested, but more are desirable. Your response is required by September 11, 2009 on/before 04:00 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 or SDVOSB, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/2010ChandeleurDrydock/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01935808-W 20090903/090902004531-809ffaaa6ab0b27fc52878d145bd28dc (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.