Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
SOURCES SOUGHT

J -- CGC MARIA BRAY (WLM 562) FY12 Drydocking and Repairs

Notice Date
8/31/2011
 
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-PMB562
 
Archive Date
9/30/2011
 
Point of Contact
James S. Altice, Phone: 206-217-6815
 
E-Mail Address
James.S.Altice@uscg.mil
(James.S.Altice@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether or not to set-aside an acquisition for HUBZone, SDVOSB, WOSB or Small Business firms. There is no geographical restriction to this requirement. CGC MARIA BRAY is homeported in Atlantic Beach, FL. Foreseeable Costs will be applied in price evaluation. The requirement will result in award of a single firm fixed-price ship repair contract. The current list of work items is provided as follows: Hull Plating (Side Scan), Ultrasonic Testing, Hull Plating, U/W Body, Inspect, Appendages (U/W), Leak Test, Appendages (U/W) - Internal, Preserve, Voids (Non-Accessible), Leak Test, Voids (Non-Accessible), Preserve Internal Surfaces, Tanks (Potable Water), Clean and Inspect, SW Heat Exchangers, Clean, Inspect and Hydro, Fathometer Transducer, General Maintenance, Sea Strainers - Duplex (All Sizes), Overhaul, Sea Bay, Preserve 100%, Thruster Unit (General), Overhaul, Crossdeck Winches, Overhaul, Mechanical Chain Stoppers, Overhaul, Anchor Windlass, Level 3 Overhaul, Anchor Chain (s) and Ground Tackle, Inspect and Repair, Grey Water Holding Tanks, Clean and Inspect, Sewage Holding Tanks, Clean and Inspect, Grey Water Piping, Clean and Flush, Sewage Piping, Clean and Flush, Chain Locker, Preserve 100%, Tanks (Potable Water), Preserve " 100% ", Decks - Exterior( Buoy ), Preserve U/W Body, Preserve "100%", U/W Body, Preserve "Partial - Condition A ", U/W Body, Preserve "Partial - Condition B", U/W Body, Preserve "Partial - Condition C ", Cathodic Protection / Zincs, Renew, Drydocking, Temporary Services, Provide, Propulsion Shaft Bulkhead Seals, Upgrade, Sewage Tank Vent Piping, Modify, Deck Covering ( Electrical Matting ), Renew, Deck Covering (Interior Wet/Dry), Renew, Sea Valves and Waster Pieces, Overhaul or Renew, Z - Drive Input Drive Shaft, Alignment Check, Z - Drive Input Drive Shaft, Thrust Bearing Renewal, ASW Piping System, Clean and Inspect Hydraulic Chain Stoppers, Overhaul, Contractor-provided Messing and Berthing. Potential offerors must be able to qualify their drydock in accordance with SFLC Std Spec 8634 to be considered for participation. The NAICS code for this requirement is 36611 and the associated size standard is 1,000 employees on an annualized basis. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via email to the Primary Point of Contact listed below by the Response Date. Responses to this Notice shall be made via email as follows: Subject Line: "HSCG85-11-I-PMB462 CGC MARIA BRAY FY12 DRYDOCKING SOURCES SOUGHT NOTICE" 1) Name of your shipyard 2) Street address of your shipyard 3) Your shipyard's DUNS number 4) Your shipyard's CAGE Code 5) Name, phone number and email address of your shipyard's main point of contact Interested parties must be registered in Central Contractor Registration (www.ccr.gov) as prescribed in FAR Clause 52.204-7 for their responses to be validated. A decision on potential set-asides will be posted on FedBizOpps once SFLC has concluded its market research and formal acquisition planning for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-I-PMB562/listing.html)
 
Place of Performance
Address: Contractor's facility., United States
 
Record
SN02557062-W 20110902/110831235547-e4469caa96adf55c9ce4812d11594913 (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.