SOURCES SOUGHT
J -- USCGC_DECISIVE_DRYDOCK_REPAIR
- Notice Date
- 11/22/2010
- 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
- USCGC_DECISIVE_DRYDOCK_REPAIR
- Archive Date
- 12/16/2011
- Point of Contact
- FREDRICK BARAT BAECHLE, Phone: 757-628-4652
- E-Mail Address
-
FREDRICK.B.BAECHLE@USCG.MIL
(FREDRICK.B.BAECHLE@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 $1,000,000 and $5,000,000. 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 DECISIVE (WMEC-629), a 210 FT B CLASS MEDIUM ENDEURANCE CUTTER which is home ported in Pascagoula, MS. The contractor shall perform all work at the Contractor's facility. The performance period will be SIXTY (60) calendar days with a start date on or about 04 MAY 2011 and completion of approximately 04 JULY 2011. The scope of the acquisition is for the following aboard the USCGC DECISIVE (WMEC-629): 1-D Hull Plating (Side Scan), Ultrasonic Testing 2-D Appendages (U/W), Leak Test 3-D Propulsion Shaft Fairwaters and Rope Guards, Inspect 4-D Appendages (U/W) - Internal, Preserve 5-D Tanks (MP Fuel Service), Clean and Inspect 6-D Tanks (MP Fuel Stowage and Overflow), Clean and Inspect 7-D Tanks (Potable Water), Preserve 100% 8-D Voids (Accessible), Clean and Inspect 9-D Tanks (Dirty Oil and Waste), Clean and Inspect 10-D Propulsion Shafting, Renew 11-D Propeller Shaft Sleeve(s), Renew 12-D Propulsion Shaft Bearings (External), Renew 13-D Propulsion Stern Tube Bearings, Renew 14-D CPP System, General Maintenance 15-D Controllable Pitch Propeller Hub Assembly, General Maintenance 16-D Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean 17-D Ship Service Diesel Generator (SSDG) Exhaust Piping, Clean 18-D Boiler Exhaust Stack Uptakes, Clean 19-D Fathometer Transducer, Renew 20-D Doppler Speed Log Transducer(s), Renew 21-D Vent Ducts (Engine and Motor Room All), Commercial Cleaning 22-D Vent Ducts (Galley and Pantry Room All), Commercial Cleaning 23-D Vent Ducts (Laundry Exhaust), Commercial Cleaning 24-D Strainers - Duplex (All Sizes), Overhaul 25-D Rudder Assembly, Remove, Inspect and Reinstall 26-D U/W Body, Preserve ( "100%" ) 27-D Stern Tube Interior Surfaces, Preserve 100% 28-D Drydocking 29-D Temporary Services 30-D Upgrade Single Point Davit Control Console 31-D Sea Valves and Waster Pieces, Overhaul or Renew 32-D Propulsion Shaft Seals, Overhaul 33-D Anchor Windlass Foundations, Renew 34-D Box Beam, Repair 35-D Oily Wtr Holding Tank & Oily Wtr Seperator Suction Piping, Renew 36-D Fuel Oil Piping, Renew 37-D Interior Bilge, Preserve 38-D Deck Plating, Renew 39-D Hull Plating, Renew 40-D Chain Locker, Preserve 100% A-O Composite Labor Rate B-D GFP Report - 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 Surface Forces Logistics Center Standard Specification 0740_(SFLC Std Spec 0740) Jan 2009, Welding and Allied Processes. 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 fredrick.b.baechle@uscg.mil or by fax (757) 628-4562. Questions may be referred to Fredrick (Barat) Baechle at fredrick.b.baechle@uscg.mil or (757) 628-4652. 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 01 DECEMBER 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/USCGC_DECISIVE_DRYDOCK_REPAIR/listing.html)
- Record
- SN02331816-W 20101124/101122234050-c10efaf31997b31575c7f90264f4003d (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 |