Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2009 FBO #2938
SOURCES SOUGHT

J -- CGC BARBARA MABRITY FY10 DRYDOCK REPAIRS

Notice Date
12/8/2009
 
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_BARBARA_MABRITY_FY10_DRYDOCK_REPAIRS
 
Archive Date
12/15/2010
 
Point of Contact
Lisa Dieli, Phone: 757-628-4647
 
E-Mail Address
lisa.dieli@uscg.mil
(lisa.dieli@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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. 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 BARBARA MABRITY (WLM-559), a 175 FOOT COASTAL BUOY TENDER. The home pier of the vessel is located at 101 S. Broad St., Mobile, AL 36615. The performance period is SIXTY (60) calendar days and is expected to begin on or about 03 MAY 2010 and end on or about 02 JULY 2010. The scope of the acquisition is for various repairs including but not limited to: perform ultrasonic thickness measurements - underwater hull plating; clean and inspect fuel service tanks; overhaul z-drive propulsion units; overhaul and renew ASW valves; renew depth indicating transducers; overhaul sea strainers; renew fire main valves; clean and inspect sea bay; renew drainage valves; inspect and test air receivers; inspect and repair anchor chains and ground tackle; renew oil water valves; preserve pump room deck (partial); preserve vent space deck (100%); preserve anchors and anchor chains; preserve chain locker (partial); preserve cargo hold bilge surfaces (partial); preserve engine room bilge surfaces (100%); preserve buoy working areas; preserve underwater body (partial); preserve freeboard (100%); routine drydocking; provide temporary logistics; remove side scan sonar transducer; install HVAC upgrade in ECC; modify shower drains; renew pump room deck plating; clean and inspect ASW system; leak test cargo hold hatch; 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. At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305 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 by e-mail to Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by December 15, 2009 on/before 04:30 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 or SDVOSB small business set-aside, 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/CGC_BARBARA_MABRITY_FY10_DRYDOCK_REPAIRS/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02019028-W 20091210/091208234945-cfdbb3dc9c2f4c8b70132f4670a481d9 (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.