Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2010 FBO #2987
SOURCES SOUGHT

J -- ALERT FY10 Emergency Drydock

Notice Date
1/26/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
ALERT_FY10_EDD
 
Archive Date
1/26/2011
 
Point of Contact
Tracey M. Strawbridge, Phone: 7576284657
 
E-Mail Address
tracey.strawbridge@uscg.mil
(tracey.strawbridge@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 estimated value of this procurement is between $100,000 and $250,000. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for EMERGENCY DRYDOCK repairs to the USCGC ALERT (WMEC-630), a 210 FOOT B CLASS MEDIUM ENDURANCE CUTTER which is home ported in Warrenton, Oregon. The contractor shall perform all work at the Contractor's facility. The performance period will be FIVE (5) calendar days with a start date on or about 8 February 2010. There is a one-time geographic restriction for this dry-dock availability to a facility at a commercial yard within 350 NAUTICAL MILES by sea from Miami Florida. The scope of the acquisition is for the following aboard the USCGC ALERT (WMEC-630): 1-D)Controllable Pitch Propeller (CPP) Blade Seals, Renew 2-D)Drydocking 3-D)Provide Temporary Services A-O)Composite Labor Rate B-O)GFP - NSP Z-O)Laydays This solicitation may contain welding line items as either Definitive or Optional Items. With his/her quote the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and MLCA Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request. 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 19.1404 a SDVOSB, or 19.501 a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to tracey.strawbridge@uscg.mil or by fax (757) 628-4676. Questions may be referred to Tracey Strawbridge at tracey.strawbridge@uscg.mil or (757) 628-4657. 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 28 January 2010 at 11:00 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/ALERT_FY10_EDD/listing.html)
 
Place of Performance
Address: Contractor's Facility located within 350 Nautical Miles of Miami Florida, United States
 
Record
SN02049770-W 20100128/100126234526-26cf13622b5104eba176673289a7518b (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.