Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOURCES SOUGHT

J -- DRYDOCK REPAIRS - USCGC MORRO BAY

Notice Date
12/17/2009
 
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
DD-MORROBAY
 
Archive Date
12/17/2010
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@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, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for small businesses. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK REPAIRS of the USCGC MORRO BAY (WTGB 104). The USCGC MORRO BAY (WTGB 104) homeport is the New London, CT. GEOGRAPHICAL RESTRICTIONS- the cutter is restricted to 540 nautical miles of the cutter's homeport, New London, CT. Anticipated start date on or about 17 MAY 2010 through 05 JULY 2010. The scope of the acquisition is to: (1) perform ultrasonic thickness measurements, (2) inspect bubbler channels, (3) preserve bubbler channels, (4) clean and inspect chain lockers, (5) clean and inspect ballast tanks, (6) remove, inspect and reinstall propeller shaft, (7) overhaul shaft seal assembly, (8) remove, in inspect and reinstall propeller, (9) renew depth indicating transducer, (10) clean shipboard ventilation system, (11) overhaul and renew sea valves, (12) sea strainers, clean and inspect and renew mounting brackets, (13) remove, inspect rudder assembly (14) perform anchor windlass maintenance, (15) inspect anchor, anchor chains, and ground tackle, (16) perform vertical capstan maintenance, (17) preserve main mast, foremast and stub mast (CMP), (18) preserve underwater body, (19) provide routine drydocking, (20) flying bridge, inspect and repair, (21) structural repairs, (22) remove hull pipe penetration, (23) waste oil tank structural repairs, (24) fuel oil tank structural repairs, (25) renew mast cable way standoffs, (26) renew ventilation system ducting, (27) renew ventilation system insulation, (28) calibrate oil content meter, (29) preserve bilge surfaces in motor room, (30) install deck covering system in Chef's Head, (31) reseal latex terrazzo or cosmetic polymeric deck covering systems, and (32) renovate berthing spaces. 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 FAR 19.1404, if your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676.Questions may be referred to Sandra Martinez at (757) 628-4591. 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 or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 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 close of business on January 5, 2010. 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, small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DD-MORROBAY/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN02026946-W 20091219/091217235436-8ecdb0eee9b31da13cf9e1b24bd3537c (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.