SOURCES SOUGHT
20 -- CGC CORMORANT DRYDOCK
- Notice Date
- 3/22/2011
- 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_CORMORANT_DRYDOCK
- Archive Date
- 4/22/2011
- Point of Contact
- Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil
(Nancy.M.Brinkman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 3/22/2011 SOURCES SOUGHT NOTICE: 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 CORMORANT (WPB-87313) 87-FOOT PATROL BOAT. The vessel is home ported in Gulfport, MS. There is a Geographical restriction of 586 Nautical Miles one-way or 1172 round-trip from the cutter's homeport of 900 Seaway Drive, Fort Pierce, FL 34949 All work will be performed at the contractor's facility. The performance period is schedule for Forty-Five (45) calendar days and is expected to begin on or about October 26, 2011. The scope of the acquisition will include, but is not limited to: 1. Perform Ultrasonic Thickness Measurements 2. Perform Ultrasonic Thickness Measurements 3. Dirty Oil Tank, Clean and Inspect 4. Oily Water Tank, Clean and Inspect 5. Tanks (MP Fuel Service), Clean and Inspect 6. Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting 7. Depth Sounder, Capastic Fairing, Renew 8. Main Engine/Reduction Gear, Realign 9. Propulsion Shafts, Remove, Inspect, and Reinstall 10. Propulsion Shaft, Repair 11. Propulsion Shaft, Straighten 12. Intermediate Water-Lubricated Shaft Bearing, Renew 13. Aft Water-Lubricated Shaft Bearing, Renew 14. Intermediate Bearing Carrier, Renew 15. Aft Bearing Carrier, Renew 16. Stern Tubes, Interior Surfaces, Preserve 100% 17. Stern Tubes, Interior Surfaces, Repair 18. Propellers, Remove, Inspect, and Reinstall 19. Propeller, Minor Repair and Recondition, Perform 20. Fathometer Transducer, Renew 21. Speed Log, Transducer and Skin Valve, Clean and Inspect 22. Sea Water System (Valves, Strainers, Piping), Clean, Inspect, and Repair 23. Rudder Assemblies, Remove, Inspect, and Reinstall 24. RHIB Notch Skid Pads, Inspect 25. RHIB Notch Skid Pad Studs, Renew 26. Stern Launch Door, Remove, Inspect, and Reinstall 27. Grey Water Holding Tank, Clean and Inspect 28. Sewage Holding Tank, Clean and Inspect 29. Grey Water Piping, Clean and Flush 30. Sewage Piping, Clean and Flush 31. U/W Body, Preserve ("Partial-33%") 32. U/W Body, Preserve ("100%") 33. Cathodic Protection / Zincs, Renew 34. Drydocking 35. Temporary Services, Provide 36. Telephone Service, Provide 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 Nancy.M.Brinkman@uscg.mil or by fax (757) 628-4676. Questions may be referred to Nancy Brinkman at (757) 628-4579. 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. Your response is required by April 7, 2011. 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. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/USCGC_CORMORANT_DRYDOCK/listing.html)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN02406624-W 20110324/110322234614-c52d9e7a2ab267a2343863f76b96ba16 (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 |