Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOURCES SOUGHT

J -- Sources Sought for the 2011 Drydock Repairs to the USCGC LONG ISLAND (WPB-1342)

Notice Date
8/9/2010
 
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
01122011-DD
 
Archive Date
9/3/2010
 
Point of Contact
Amanda J. Myers, Phone: 7576284660, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
amanda.j.myers@uscg.mil, susan.a.kreider@uscg.mil
(amanda.j.myers@uscg.mil, susan.a.kreider@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 small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC LONG ISLAND (WPB-1342) 110-FOOT PATROL BOAT. The vessel has a Geographical Restriction of Alaska, Strait of Juan de Fuca, and Puget Sound. All work will be performed at the contractor's facility. The performance period will be FIFTY-ONE (51) calendar days with a start date on or about 12 January 2011 through 03 March 2011. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC LONG ISLAND (WPB-1342) 110-FOOT PATROL BOAT. This work will include, but is not limited to: 1. Routine Drydocking 2. Provide Temporary Logistics 3. Clean and Inspect Fuel Service Tanks 4. Clean and Inspect Fuel Stowage and Overflow Tanks 5. Clean and Inspect Oil and Oily Waste Tanks 6. Clean and Inspect Sewage Collection and Holding Tanks 7. Clean and Inspect Grey Water Collection and Holding Tanks 8. Clean Sewage Piping System 9. Clean and Disinfect Potable Water Tanks 10. Preserve and Disinfect Potable Water Tanks- 100% 11. Inspect MDE Exhaust System 12. Remove, Inspect, and Reinstall Propellers 13. Remove, Inspect, and Reinstall Propeller Shafts 14. Overhaul Mechanical Shaft Seal Assemblies 15. Renew Water Lubricated Propeller Shaft Bearings 16. Clean and Inspect Heat Exchangers 17. Overhaul and Renew Sea Valves 18. Overhaul and Renew Firemain Valves 19. Overhaul and Renew Bilge and Ballast Valves 20. Overhaul Stabilizing Fins 21. Overhaul Steering Gear Components 22. Remove, Inspect, and Reinstall Rudder Assemblies 23. Inspect and Maintain Cathodic Protection System 24. Renew CAPAC Mode Assembly 25. Renew Speed Doppler and Overhaul Doppler Valve 26. Renew Depth Indicating Transducer 27. Preserve Underwater Body - Partial 28. Preserve Stern Tubes 29. Perform Ultrasonic Thickness Measurements 30. Modify and Renew OWS Piping 31. Renew Sounding Tube 32. Perform Structural Repairs- Sewage Tank 33. Perform Structural Repairs- Aft Steering Compartment 34. Perform Structural Repairs- Aft Grey Water Tanks 35. Perform Structural Repairs- Potable Water Tanks 36. Renew Deck Cup Assembly 37. Preserve and Repair Surface in Engine Room 38. Preserve and Insulate Aft Steering Compartment 39. Preserve Forward Void 40. Preserve Forward Auxiliary Machinery Space 41. Preserve Port and Starboard Strut Cofferdam- 100% 42. Repair Shower Stall in Aft Berthing Shower 43. Preserve Engine Room Bilge Surfaces 44. Renew Fire Main Piping 45. Perform Steel Structural Member Repair- 1"x3" Steel T-Bar Framing 46. Renew SSDG Check Valve 47. XO Stateroom Window Reseal 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 FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Amanda.J.Myers@uscg.mil or by fax (757) 628-4676. Questions may be referred to Amanda Myers at (757) 628-4660. 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 amount, 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. Your response is required by August 19, 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 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 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/01122011-DD/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02233756-W 20100811/100809235211-342faf2320f5370db57b33861e99ae4a (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.