SOURCES SOUGHT
L -- Engine Overhauls on Ships Service Generators (Caterpillar) USCGC OAK AND JUNIPER
- Notice Date
- 4/7/2011
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- WLB_225_BOUY_TENDERS_ENGINE_OVERHAULS_USCGCS_OAK_AND_JUNIPER
- Archive Date
- 5/3/2011
- Point of Contact
- Jack Rodman, Phone: (510) 637-5988, Linda C Cho, Phone: 510-637-5965
- E-Mail Address
-
Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil
(Jack.E.Rodman@uscg.mil, linda.c.cho@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 Businesses. Response by interested parties must be made by 10:00 am PDT on April 18, 2011. The NAICS Code is 336611. The small business size standard is less than 1000 employees. The acquisition is for Technical Representative Support Services for Dockside overhaul/repairs to the USCGCs JUNIPER (WLB-210) and OAK (WLB-211) The Technical representative(s) must be certified by Caterpillar. The Request for Quote will list each Cutter overhaul repairs as one LOT. Potential offeror's may quote on a minimum of one (1) LOT(S) or a maximum of two (2) LOT(S). The performance period and scope of work for each cutter is as follows: USCGC OAK (WLB-211): Scope of Work: Major Overhaul on #1 Ships Service Diesel Generator (SSDG) and #2 Ships Service Diesel Generator. The Contractor will provide all parts, special tools and Technical Oversight/support of a Team of Coast Guard Mechanics to complete a Major Overhaul of the #1 (S/N BAG00012 and #2 (S/N BAG00013) SSDGS Caterpillar Model 3508 Marine Generator Engines. There will be two separate periods of performance for the SSDGS. #1 SSDG period of performance will be June 6, 2011 through June 20, 2011. #2 SSDG"s period of performance will be November 7, 2011 through November 18, 2011. The work will be performed at the Cutter's Home Port of 1050 Register Street, North Charleston, South Carolina 29401-1817. USCGC JUNIPER (WLB-210): Scope of Work: Contractor will provide all labor, parts material, equipment, and special tools to conduct a Major Overhauls on two Caterpillar Model 3508 Marine Diesel Generator Engines. The period of performance for #1 SSDG is July 13, 2011 through July 24, 2011. The period of performance for #2 SSDG is September 6, 2011 through September 16, 2011. The work will be performed at the Cutter's Home Port of Naval Station Rhode Island, Newport Rhode Island 02841-1716. All work will be performed on board the Cutters at their respective home ports. The contractor to provide all parts, special tools required to perform the work. Technician(s) will verify with ships force prior to and following completion of overhaul the proper operation of generators and engines. Composite Labor Rate, GFE Report, and Travel and Per Diem 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 HUB Zone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond by email to Jack.E.Rodman@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 18 April 2011 at 10:00 pm PDT. Contractors are reminded that should this acquisition become a HUB Zone set-aside, FAR 52.219-3, Notice of Total HUB Zone 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 also 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 HUB Zone, 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 HUB Zone or 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 Jack E. Rodman, Contract Specialist at Jack.E.Rodman@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/WLB_225_BOUY_TENDERS_ENGINE_OVERHAULS_USCGCS_OAK_AND_JUNIPER/listing.html)
- Place of Performance
- Address: See text, United States
- Record
- SN02419299-W 20110409/110407234334-dcc2cf22feeb69f1de32003156c8f485 (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 |