Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
MODIFICATION

J -- Drydock CGC HAMMER

Notice Date
9/28/2009
 
Notice Type
Modification/Amendment
 
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
DDCGCHAMMERFY10
 
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 HAMMER (WLIC-75302), a 75 FOOT CONSTRUCTION BUOY TENDER. The 75 FOOT CONSTRUCTION BUOY TENDER is home ported in Mayport, FL. The contractor shall perform all work at the Contractor's facility. The performance period will be ONE HUNDRED TWENTY-NINE (129) calendar days with a start date on or about 08 FEBRUARY 2010. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC HAMMER (WLIC-75302). This work will include, but is not limited to: (1-D) Perform Ultrasonic Thickness Measurements - Underwater Hull Plating - Tender (2-D) Perform Ultrasonic Thickness Measurements - Underwater Hull Plating - Barge (3-D) Clean and Inspect Fuel Stowage and Overflow Tanks (4-D) Clean and Inspect Sewage Collection and Holding Tanks (5-D) Renew Depth Indicating Transducer (s) (6-D) Overhaul and Renew Sea Valves (7-D) Clean and Inspect Sea Strainers - Barge (8-D) Clean and Inspect Sea Strainers - Tender (9-D) Protect Hydraulic ATON Crane (10-D) Preserve Spud and Spud Well Surfaces (11-D) Clean Grey Water Piping System (12-D) Clean & Repair Sewage Piping System (13-D) Inspect Various Deck Fittings (14-D) Preserve Buoy Deck (15-D) Preserve Underwater Body (Barge) - "100%" (16-D) Preserve Underwater Body - "100%" (17-D) Preserve Barge Freeboard - 100% (18-D) Preserve Tender Freeboard - 100% (19-D) Preserve Main Mast and Forward Mast (20-D) Renew Cathodic Protection System - Barge (21-D) Renew Cathodic Protection System - Tender (22-D) Routine Drydocking - Tender (23-D) Routine Drydocking - Barge (24-D) Provide Temporary Logistics (25-D) Install Ballast Ingots in Aft Steering Lazarette Space (26-D) Upgrade Steering System (27-D) Propulsion System Upgrade (28-D) Renew Structural Closures (Barge) (29-D) Renew Structural Closures (Tender) (30-D) Renew Various Stuffing Tubes (31-D) Renew Windows (32-D) Preserve Bilge Surfaces - Barge (33-D) Preserve Bilge Surfaces - Tender (34-D) Renew Jetting Pump Mounting Plate (35-D) Install New Deck Covering System (s) (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/DDCGCHAMMERFY10/listing.html)
 
Record
SN01973634-W 20090930/090929000959-fc8b43b07cce9ab5f59d5380836fdd08 (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.