SOURCES SOUGHT
J -- CGC AXE FY12 DRYDOCK REPAIRS
- Notice Date
- 12/2/2011
- 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
- HSCG85-12-Q-P45207
- Archive Date
- 12/6/2012
- Point of Contact
- Lisa Dieli, Phone: 757-628-4647
- E-Mail Address
-
lisa.dieli@uscg.mil
(lisa.dieli@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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for Drydock Repairs to the USCGC AXE (WLIC 75310) 75 FOOT "D CLASS" INLAND CONSTRUCTION TENDER and USCG 68B BARGE (68020). The homeport of the vessel is located at 800 Youngs Road, Suite 100, Morgan City, LA 70380. The vessel is geographically restricted to an area no greater than 400 nautical miles from the cutter's homeport and no open water transits. The performance period is 49 calendar days and is expected to begin on or about 11 APR 2012 and end on or about 30 MAY 2012. The scope of the acquisition is for various repairs that may include the following: Hull Plating (Side Scan), Ultrasonic Testing - Tender Hull Plating (Side Scan), Ultrasonic Testing - Barge Hull and Structural Plating - 12.75-Pound Steel Plate, Repair, Tender Hull and Structural Plating - 12.75-Pound Steel Plate, Repair, Barge Appendages (U/W), Leak Test - Tender Appendages (U/W), Leak Test - Barge Propulsion Shaft Rope Guards, Inspect and Repair Appendages (U/W) - Internal, Preserve - Tender Appendages (U/W) - Internal, Preserve - Barge Voids (Non-Accessible), Preserve Internal Surfaces, Tender U/W Body, Preserve "100%" - Tender U/W Body, Preserve "100%" - Barge Cathodic Protection / Zincs, Renew - Tender Cathodic Protection / Zincs, Renew - Barge Drydocking - Tender Drydocking - Barge Tanks (Potable Water), Preserve "100%" - Barge Hull Plating (Freeboard), Ultrasonic Testing - Tender Hull Plating (Freeboard), Ultrasonic Testing - Barge Propulsion Shafting, Straighten Propulsion Shaft Bearings (External), Check Clearances Propellers, Remove, Inspect, and Reinstall Sea Strainers - Duplex (All Sizes), Overhaul Rudder Assembly, Remove, Inspect and Reinstall Spud Well(s), Preserve - Barge Tanks (Potable Water), Preserve "100%" - Tender Propulsion Shafting; Remove, Inspect, and Reinstall Bilges (Machinery Space), Preserve Propeller, Perform Minor Repairs and Reconditioning Spud Well Liners, Renew - Barge Stern Tube Interior Surfaces, Preserve 100% Keel Coolers, Clean, Inspect and Hydro Propulsion Shaft Seals (Mechanical), Inspect and Clean Fathometer Transducer, General Maintenance Propulsion Shaft Rope Guard, Renewal Voids (Non-Accessible), Leak Test - Tender Propulsion Shaft Bearings (External), Renew Spud Well(s), Inspect - Barge Tanks (Sewage Holding), Preserve " 100%" - Tender Decks - Exterior (Barge Construction), Preserve Temporary Services, Provide Sea Trial Performance, Provide Support Deck Plating (Barge), Inspect and Repair Sea Valves and Waster Pieces, Overhaul or Renew Composite Labor Rate GFP Report Laydays All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. 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 a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response must 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by December 12, 2011 on/before 10:30 AM, EDT. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone 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 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 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 small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-12-Q-P45207/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02633020-W 20111204/111202234722-063fe9f7f52c0004727160859ab5c969 (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 |