Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOURCES SOUGHT

20 -- VENTUROUSDDFY12

Notice Date
12/21/2011
 
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
CGCVENTUROUSDDFY12
 
Archive Date
12/21/2012
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@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. The estimated value of this procurement is between $500,000.00 and $1,000,000.00 definitive items. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC VENTUROUS (WMEC-625) a 210 Foot "B" class Medium Endurance Cutter. The homeport of the vessel is St. Petersburg, Florida. The performance period is Fifty-Six (56) calendar days and is expected to begin on or about 25 April 2012 and end on or about 20 June 2012. There is no Geographic Restriction for this availability. The scope of this acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC VENTUROUS (WMEC-625). This work will include, but is not limited to: O-001 Hull Plating (U/W Body), Ultrasonic Testing O-002 Hull and Structural Plating - 3/16" Steel Plate, Repair D-003 Appendages (U/W), Leak Test D-004 Appendages (U/W) - Internal, Preserve D-005 Voids (Non-Accessible), Leak Test D-006 Voids (Non-Accessible), Preserve Internal Surfaces D-007 Propulsion Shafting ; Remove, Inspect, and Reinstall D-008 Propulsion Shaft Bearings (External), Renew O-009 Controllable Pitch Propeller Hub Assembly, Renew D-010 Ship Service Diesel Generator, Overhaul D-011 Fathometer Transducer, Renew O-015 U/W Body, Preserve "Partial - Condition A " O-016 U/W Body, Preserve "Partial - Condition B" O-017 U/W Body, Preserve "Partial - Condition C " D-018 Stern Tube Interior Surfaces, Preserve 100% D-019 Drydocking D-020 Temporary Services, Provide D-021 Electrical Wiring (Air Conditioning), Upgrade D-022 Chill Water System, Upgrade D-023 B -Class Single Point Davit Control Console, Upgrade D-024 Sea Valves and Waster Pieces, Overhaul or Renew D-025 Auxiliary Sea Water System Valves, Overhaul or Renew D-026 Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair D-027 CPP System, General Maintenance D-028 Sea Strainers (All Sizes), Overhaul or Renew O-029 Propulsion Shaft Coating, Renew O-030 Propulsion Shafting, Straighten O-031 Propulsion Shaft Sleeves, Renew D-032 Propulsion Stern Tube Bearings, Renew O-033 Controllable Pitch Propellers, Clean and Inspect O-034 Controllable Pitch Propeller Hub Assembly, General Maintenance O-035 Rudder Stock, Rebuild D-036 Ammunition Elevator (Level 2), Inspect, Repair and Test D-037 Deck Plating, Renew D-038 Anchor Chains, Renew D-039 Vent Ducts (All Other), Commercial Cleaning & Repair D-040 Vent Ducts (Engine and Motor Room All), Commercial Cleaning D-041 Vent Ducts (Galley and Pantry), Commercial Cleaning D-042 Vent Ducts (Laundry Exhaust), Commercial Cleaning O-043 Weather Deck, Preservation - WMEC 210 A/B D-044 Stern Tube Seal Assemblies, Renew D-045 Hull Plating, Freeboard ; Preserve ("Partial") D-046 Superstructure, Preserve " Partial " D-047 Cathodic Protection / Zincs, Renew O-00A Composite Labor Rate D-00B GFP Report O-00Z Laydays 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 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond in a letter by e-mail to tara.m.holloway@uscg.mil. In your response you must include (a) a positive statement of your intention to submit a quote 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 (2) references are requested, but more are desirable. Your response is required by January 3, 2012 at 3:00 pm, EST. 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 (SDVOSB) 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 (SDVOSB) 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, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tara Holloway at (757) 628-4754.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGCVENTUROUSDDFY12/listing.html)
 
Place of Performance
Address: Contractors' Facility. The cutter is located at the vessel's homepier located in ST. Petersburg, Florida., United States
 
Record
SN02643207-W 20111223/111221234251-5c73991e0727bf53ba9da91ba06973f4 (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.