SOURCES SOUGHT
J -- DRYDOCK REPAIRS USCGC CHOCK
- Notice Date
- 6/14/2011
- 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
- DDUSCGCCHOCKFY11
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@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, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) or for small businesses. The U.S. Coast Guard intends to issue a solicitation for DRYDOCK REPAIRS FOR THE USCGC CHOCK.. The solicitation will be issued in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The performance period will be August 03, 2011; with four option years (if exercised). The NACIS code is 336611. The USCGC CHOCK homeport is PORTSMOUTH, VA. GEOGRAPHICAL RESTRICTIONS- NOT TO EXCEED 195 NAUTICAL MILES FROM HOMEPORT. Anticipated start date on or about 03 AUGUST 2011 through 09 SEPTEMBER 2011. The scope of the acquisition is to: (1) Hull plating (U/W Body, Ultrasonic testing, (2) Hull U/W Ultrasonic Testing, (3) Hull Plating Repairs, (4) Hull and Structural Plating Degraded Weld (Steel) Repairs, (5) Appendages (U/W-Leak Test, (6) Appendage (U/W) Internal, Preserve, (7) Tank (MP Fuel Service), Clean, (8) Propulsion Shafting, Remove, Inspect, and Reinstall, (9) Propulsion Shafting, Straighten, (10) Propulsion Shaft Bearings (External) Check Clearances, (11) Propeller, Clean and Inspect, (12) Propeller, Perform Minor Repairs and Reconditioning, (13) Keel Coolers- Clean, Inspect, Hydro, (14) Fathometer Transducer, Renew, (14) Rudder Assembly, Remove, Inspect, and Reinstall, (15) Rudder Stock- Rebuild, (16) Boat Davit, Inspect and Repair, (17) Forward Peak Compartment, Preserve, (18) U/W Body, Preserve, (19) Stern Tube Interior, Surfaces, Preserve, (20) Drydocking,(21) Boiler Exhaust Stack Uptakes, commercial cleaning, (22) Deck Fittings, Inspect, (23) Hot Water Accumulator Tanks, Clean and Inspect, (24) Auxiliary Retention Grey Water/Sewage Tank System, Install, (25) Chilled and Hated Water System, General Maintenance, (26) Remote Fuel Cut off Coaming Renewal, (27) Fire Monitor Bracket Renewal, (28) Forward Pit Repair, (29) Steering Cable, Renew, (30) Test and Repair of Full and Half Rounds, and Sea Strainer Renewal All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. If you are a qualified business that is interested in performing these services, please notify our office of your intent. At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is SDVOSB or FAR 19.1501 Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676.Questions may be referred to Sandra Martinez at (757) 628-4591. 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, FAR 52.219-3, Notice of Total HUBZone Set-Aside, 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or FAR 52.219-30 Women-Owned Small Business (WOSB), 52. 219-29 Economically Disadvantaged Women-Owned Small Business (EDWOSB) 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 close of business on June 23, 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, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDUSCGCCHOCKFY11/listing.html)
- Record
- SN02472750-W 20110616/110614235412-1c9a5e469d13cbe6b98fdca609a309cb (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 |