SOURCES SOUGHT
J -- Dry Dock of CGC Wire
- Notice Date
- 2/4/2010
- 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-45T51
- Point of Contact
- Kathy J. Fields, Phone: 410-762-6473, Kathy A Fields, Phone: 410-762-6473
- E-Mail Address
-
kathy.j.fields@uscg.mil, kathy.j.fields@uscg.mil
(kathy.j.fields@uscg.mil, kathy.j.fields@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 Business. Response by interested parties must be made by 4:00 P.M. EST on 11 February 2010. The small business size standard is less than 1000 employees. THE GEOGRAPHIC RESTRICTION is restricted to an area no greater than 195 nautical miles from CGC Wire homeport of Saugerties, NY and no further than 10 nm off shore. The dry-dock facility and its approaches shall have a minimum water depth of 8 feet and a minimum vertical clearance of 35 feet. The acquisition is to dry-dock the USCGC WIRE (WYTL-65612), 65 Foot Harbor Tug. The performance period is expected to begin on or about 1 June 2010 and be completed within 40 days. The scope of the acquisition is for the overhauling, renewing, and repairing various items aboard the USCGC WIRE (WYTL-65612). 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), modify shaft arrangement and renew propeller shaft, remove and inspect propeller shaft, reinstall propeller shaft, straighten shaft, remove, inspect, and reinstall propeller, perform minor repairs and reconditioning of propeller, clean, inspect, and test grid coolers, renew depth indicating transducer, remove, inspect and reinstall rudder assembly, install boat davit, pedestal and perform level 1 and level 2 maintenance, install new grey water/ sewage tank system, preserve underwater body - 100%, preserve freeboard - 100%, preserve superstructure, renew cathodic protection system, routine dry-docking, provide temporary logistics, renew rudder post cover and surrounding deck clean exhaust piping, renew aft bulwark, repair and test hull and half pipes, reseal mass deck, preserve weather decks, composite labor rates and lay days. 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 a 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: Kathy.J.Fields@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 11, 2010 at 4:00 P.M. EST. Contractors are reminded that should this acquisition become a HUBZone set aside, 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 information 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 Kathy J. Fields, Contract Specialist, at Kathy.J.Fields@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-10-Q-45T51/listing.html)
- Place of Performance
- Address: Dry Dock to be performed at contract awardee's facility, United States
- Record
- SN02058552-W 20100206/100205000045-1a991252cc91754898481d7bd37019bd (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 |