Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOURCES SOUGHT

J -- Drydock Repairs for USCGC Pendant

Notice Date
5/24/2011
 
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
HSCG85-11-I-P30KL3
 
Archive Date
6/23/2011
 
Point of Contact
Amy A. Kelm, Phone: 2062176767
 
E-Mail Address
amy.a.kelm@uscg.mil
(amy.a.kelm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for Drydock Repairs of the USCGC Pendant (WYTL 65608). The USCGC Pendant is 65 foot "B Class" Small Harbor Tug home ported in Boston, MA. The Coast Guard's Surface Forces Logistics Command (SFLC), Icebreaker, Buoy and Construction Tender product line (IBCT) is interested in determining what sources are able to provide dry dock repairs for the USCGC Pendant. We are trying to determine, from your feedback, if this procurement will be eligible as a small business set-aside, if eligible, then further classification into the following programs: 8(a) concerns, HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Economically Disadvantaged Women Owned Small Business Concerns (/EDWOSB/WOSB). The small business size standard is less than 1,000 employees. The NAICS Code is 336611. Note that small business concerns for set-asides are reminded that it is required that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern (52.219-14,"Limitations on Subcontracting"). GEOGRAPHIC RESTRICTION Contract Performance is restricted to an area no greater than 195 nautical miles (nm) from the vessel's homeport of CG Base 427 Commercial St., Boston, MA 02109-1027 US and transit to the place of performance limited by a distance of no greater than 10nm from shore. EXPECTED PERIOD OF PERFORMANCE: The contract is for an expected period of performance of approximately forty-five (45) days starting in the October/November 2011 timeframe. WORK DETAIL Work to include, but not limited to, the following: Hull Plating (U/W Body), Ultrasonic Testing; Hull and Structural Plating - 3/16" Steel Plate, Repair; Hull and Structural Plating - 1/4 " Steel Plate, Repair; Hull and Structural Plating - Eroded Weld (Steel), Repair; Appendages (U/W) - Internal, Preserve; Propulsion Shafting ; Remove, Inspect, and Reinstall; Propeller, Clean and Inspect; Propeller, Perform Minor Repairs and Reconditioning; Keel Coolers - Barge, Clean, Inspect and Hydro; Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean; Vent Ducts ( Engine and Motor Room All ), Commercial Cleaning; Rudder Assembly, Remove, Inspect and Reinstall; Hull Plating Freeboard, Preserve (" 100% "); Cathodic Protection / Zincs, Renew; Drydocking; Temporary Services, Provide; Fathometer Transducer, Renew; Decks - Exterior, Preserve ( " Non-Skid Broadcast Grit" System); Deck Covering (Interior Wet/Dry), Renew; U/W Body, Preserve ( "100%" ); Superstructure, Preserve "100%";Propulsion Shafting, Straighten; Hull and Structural Plating - 3/8 " Steel Plate, Repair; Exterior Exhaust Vents, Renew; Pilot House Top, Preserve; Lazarette, Preserve; Sea Strainers (All Sizes), Overhaul and Renewal; A /C Chilled Water Condenser Salt Water Cooling Piping, Renewal; and, Grey Water / Sewage Tank System, Install. TECHNICAL AND LICENSING BARRIERS/LIMITS: a) Past performance clearly demonstrating work successfully performed on the same or similar vessel type. b) Drydock Certification & Calculations will be requested and will need to be approved by the Coast Guard and active for award to be made. FORMAT AND CONTENT OF RESPONSES: Responses from both large and small businesses are considered at this time on the following: a) Address your ability to provide the services requested as addressed in the above paragraphs. b) Provide references to equivalent type of work performed in the past five (5) years (provide customer contract number, company or POC name and phone number.) c) Indicate your company business size and status (i.e. 8(a), SDVOSB, etc.). d) Responses to this notice are to two (2) pages. Send electronically to Amy Kelm at amy.a.kelm@uscg.mil. All responses shall be received at this address no later than 2:00 p.m. (PDT) on 08 June 2011 and shall reference HSCG85-11-I-P30KL3 on both the email subject line and on the submitted documents. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. e) All responses shall include Company Name (including particular company business unit), Company Address, Points of Contact (POC) including name, phone number, fax number, email address. Also included shall be the following: i) Indicate whether your company (and specific business unit) is registered in CCR (www.ccr.gov) ii) Indicate whether your company (and specific business unit) has completed annual representations and certifications in ORCA (http://orca.bpn.gov/) iii) Provide your business unit's DUNS No. iv) Provide your business unit's Cage Code. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-I-P30KL3/listing.html)
 
Place of Performance
Address: CG Base 427 Commercial St., Boston, Massachusetts, 02109-1027, United States
Zip Code: 02109-1027
 
Record
SN02456076-W 20110526/110524235133-60a8b59b2f1759a66aa458e1d19dbbda (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.