SOURCES SOUGHT
J -- Drydock CGC FORWARD
- Notice Date
- 9/25/2009
- 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
- DDCGCFORWARDFY10
- Archive Date
- 10/5/2010
- Point of Contact
- Lori L. Ellis, Phone: 757 628 4646
- E-Mail Address
-
Lori.L.Ellis@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 small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC FORWARD (WMEC-911), a 270 "B" CLASS FOOT MEDIUM ENDURANCE CUTTER. The 270 FOOT "B" CLASS MEDIUM ENDURANCE CUTTER is home ported in Portsmouth, VA. The contractor shall perform all work at the Contractor's facility. The performance period will be FIFTY SEVEN (57) calendar days with a start date on or about 18 FEBRUARY 2010. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC FORWARD (WMEC-911). This work will include, but is not limited to: (1-D) Perform Ultrasonic Thickness Measurements - Freeboard Hull Plating (2-D) Perform Ultrasonic Thickness - Underwater Hull Plating (3-D) Remove, Inspect, and Reinstall Propeller Shafts (4-O) Renew Shaft Covering (5-O) Straighten Shaft (6-O) Renew Water-Lubricated Shaft Bearings (7-O) Renew Propeller Shaft Sleeve (s) (8-D) Overhaul Stern Tube Seal Assemblies (9-D) Remove and Reinstall Controllable Pitch Propeller Hubs (10-D) Service Both Onboard Controllable Pitch Propeller Systems (11-D) Renew Speed Doppler (12-D) Renew Depth Indicating Transducers (13-D) Overhaul and Renew MSW/ASW Valves (14-D) Clean and Inspect Simplex Sea Strainers (15-D) Inspect and Test Air Receivers (16-D) Inspect and Test Air System Valves (17-D) Overhaul Steering Systems (18-D) Service Rudder Assemblies (19-D) Service Fin Stabilizer Systems (20-D) Perform Anchor, Anchor Chain, and Ground Tackle Maintenance (21-D) Preserve Anchor, Anchor Chain, and Ground Tackle (22-D) Preserve Chain Lockers (23-D) Preserve and Disinfect Potable Water Tanks - 100% (24-O) Preserve and Disinfect Feed Water Tank - 100% (25-D) Preserve Ballast Tanks - Partial (26-O) Preserve Underwater Body -100% (27-O) Preserve Underwater Body - Partial (28-O) Preserve Designated Superstructure Surfaces (29-O) Preserve Stern Tube (s) (30-D) Routine Drydocking (31-D) Provide Temporary Logistics (32-D) Provide Support for Performance of Sea Trials (33-D) Preserve Designated Bilge Surfaces (34-D) Overhaul and Test Fuel Manifold Assemblies (35-D) Repair Deck In Bos'n Workshop (36-D) Renew Hull Plating (37-D) Repair Deck in Repair Locker #2 (38-D) Repair Hangar (39-D) Renew Bulkhead Insulation (A-O) Composite Labor Rate (B-D) GFP Report (Z-O) Laydays 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 Mable.L.Lee@uscg.mil or by fax (757) 628-4676. Questions may be referred to Mable Lee at (757) 628-4820. 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 05 October 2009 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDCGCFORWARDFY10/listing.html)
- Record
- SN01970843-W 20090927/090926001557-3f5e63c74e792a6e5d799bf59737e4e8 (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 |