SOURCES SOUGHT
J -- Dry Dock of CGC CLEAT
- 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 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG85-10-Q-45N39
- Archive Date
- 9/30/2010
- Point of Contact
- Sharon J Jackson, Phone: 410-762-6463
- E-Mail Address
-
sjackson@elcbalt.uscg.mil
(sjackson@elcbalt.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, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or for Small Businesses. Response by interested parties must be made by 4:00 P.M., EST on February 1, 2010.. The small business size standard is less than 1,000 employees. The acquisition is to Drydock the USCGC CLEAT (WYTL-65626). The homeport of the vessel is Philadelphia, PA. The performance period is expected to begin on or about 17 May 2010 and end on or about 25 June 2010. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC CLEAT (WYTL-65626). This work will include, but is not limited to Perform Ultrasonic Thickness Measurements - Underwater Hull Plating; Perform Hull and Structural Plating Repairs (7.6-Pound); Perform Hull and Structural Plating Repairs (10.2-Pound); Perform Hull and Structural Plating Repairs (15.3-Pound); Perform Hull and Structural Plating Repairs - Eroded Welds (Steel); Perform Hull and Structural Plating Repairs - Overlay Welding (Steel); Perform Hull and Structural Plating Repairs - Crack (Steel); Clean and Inspect Fuel Service Tanks; Clean and Inspect Sewage Collection and Holding Tanks; Modify Shaft Arrangement and Renew Propeller Shaft; Remove, Inspect, and Reinstall Propeller; Perform Minor Repairs and Reconditioning of Propeller; Clean, Inspect, and Test Grid Coolers; Renew Depth Indicating Transducer; Renew Sea Valves; Overhaul Sea Strainers; Renew Firemain Valves; Renew Bilge and Ballast Valves Remove, Inspect and Reinstall Rudder Assembly; Preserve Underwater Body – “100%”; Renew Cathodic Protection System; Routine Drydocking; Provide Temporary Logistics; Clean Exhaust Piping; Renew Sewage Piping; Repair Potable Water Fill Piping; Reseal Cosmetic Polymeric Deck Covering System; Inspect and Repair Pilot House Overhead; Composite Labor Rates and Laydays. Min water depth (nav. Draft): 10 ft. vertical clearance: 40 ft. 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 a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to; Sharon.J.Jackson@uscg.mil and 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, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by February 1, 2010 at 4:00 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, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Please submit your questions via email to Sharon Jackson, Contracting Specialist, at Sharon.J.Jackson@uscg.mil or call (410) 762-6463.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-10-Q-45N39/listing.html)
- Record
- SN02050571-W 20100128/100126235354-0015c7fb310ac1644499399dc10b66f2 (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 |