Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOURCES SOUGHT

20 -- DryDock USCGC SANIBEL

Notice Date
12/3/2010
 
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
DDCGCSANIBEL
 
Archive Date
12/13/2011
 
Point of Contact
Lori L. Ellis, Phone: 757 628 4646, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@uscg.mil
(Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@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 SANIBEL (WPB-1312), a 110 FOOT A CLASS PATROL BOAT. The 110 FOOT CLASS A PATROL BOAT is home ported in WOODS HOLE, MA. The contractor shall perform all work at the contractor's facility. There is a onetime geographic restriction for this dry-dock availability to a facility within 540 Nautical Miles (NM) total one way and 1080 Nautical Miles (NM) roundtrip. The performance period will be THIRTY (31) calendar days with a start date on or about MAY 11, 2011. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC SANIBEL (WPB-1312). This work will include, but is not limited to: (1-D) Hull Plating, U/W Body, Inspect (2-D) Hull Plating (U/W Body), Ultrasonic Testing (3-D) Appendages (U/W), Leak Test (4-O) Appendages (u/w) Internal Preserve (5-D) Tanks (MP Fuel Service), Clean (6-D) Tanks (MP Fuel Stowage and Overflow), Inspect (7-D) Tanks (Potable Water), Clean and Inspect (8-D) Tanks (Dirty Oil and Waste), Clean and Inspect (9-D) Steering Gear (General), Overhaul (10-O) U/W Body, Preserve ("100 %") (11-O) U/W Body, Preserve ("Partial - Condition A") (12-O) U/W Body, Preserve ("Partial - Condition B") (13-O) U/W Body, Preserve ("Partial - Condition C") (14-D) DryDocking (15-D) Temporary Services, Provide (16-D) Sea Trial Performance, Provide Support (17-D) Propulsion System, Alignment Check (18-D) Sea Strainers - Duplex (All Sizes), Overhaul (19-D) Grey Water Holding Tanks, Clean and Inspect (20-D) Sewage Holding Tanks, Clean and Inspect (21-D) Grey Water Piping, Clean and Flush (22-D) Sewage Piping, Clean and Flush (23-D) Watertight Hatches, Renew (24-D) Impressed Current Cathodic Protection System, Inspect and Maintain (25-D) Canopy Mounts, AMIO, Fabricate and Install (A-O) Composite Labor Rate (B-D) GFP Report (NSP) (Z-O) Laydays All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. At the present time, this acquisition is expected to be issued Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lori.L.Ellis@uscg.mil or by fax (757) 628-4676. Questions may be referred to Lori Ellis at (757) 628-4646. 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 13 December 2010 at 1100 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/DDCGCSANIBEL/listing.html)
 
Record
SN02338551-W 20101205/101203234331-757197578f7a4408789ce3adf169d5d7 (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.