Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOURCES SOUGHT

J -- FY15 Dock-side Repair for USCGC FIR (WLB-213)

Notice Date
10/10/2014
 
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
FY15_Dock-side_USCGC_FIR_(WLB-213)
 
Archive Date
11/8/2014
 
Point of Contact
Jay S McReynolds, Phone: 510-637-5975, Jack Rodman, Phone: (510) 637-5988
 
E-Mail Address
jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil
(jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@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 Set-Aside, or 8(a) small Business Set-Aside, or Small Disadvantage Business Set-Aside, or Women Owned Small Business Set-Aside, or Service Disabled Veteran-Owned Small Business Set-Aside, or Small Business Set-Aside. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs to the USCGC FIR (WLB-213), a 225' seagoing buoy tender. All work will be performed at the Cutter's home moorage of Astoria, OR. The performance period is 57 calendar days and is expected to begin on or about 14 April 2015. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC FIR (WLB-213). This work will include, but is not limited to: 1. Hydraulic Chain Stoppers, Inspect and Service - Tier II; 2. Cross-deck Winches, Inspect and Service - Tier II; 3. Hydraulic Inhaul Winch, Inspect and Service - Tier II; 4. Mechanical Chain Stoppers, Inspect and Service- Tier II; 5. Warping Capstan, Level 2 Inspect and Repair; 6. Buoy Crane, Inspect and Service - Tier II; 7. Temporary Service, Provide - Cutter; 8. Main Diesel Engine, Mount Upgrade; 9. Stack and Uptake Space, Install Safety Components; 10. Thruster Generator Shaft Seal (Bulkhead), Renew; 11. Vent Duct Systems, Repair; 12. Fire-main Valves, Overhaul; 13. Fuel Oil Vent Pipe, Renew; 14. Anchor Chain(s) and Ground Tackle, Inspect and Repair; 15. Anchor Chain and Ground Tackle, Preserve; 16. Anchor(s), Preserve; 17. Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System); 18. Air Castle Foam Insulation and Sheathing, Renew; 19. Air Castles, Preserve (Partial); 20. In-Haul Winch Level Line Arm Foundation, Renew; 21. Crane Hydraulic Piping, Repair; 22. Shower Surround and Pan, Renew; 23. Deck Covering, Wet/Dry, Seal; 24. Control air Refrigerant Dehydrators, Replace; 25. Tanks (MP Fuel Stowage and Overflow), Clean and Inspect; 26. Sound-Damping Sheeting, Renew; 27. Port and Starboard Anchor Windlass Foundation, Renew; 28. Cargo Hatch and Griper Box Drains, Clean, Inspect and Test. THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY COMPANIES CAPABLE OF FULLFILLING THIS REQUIREMENT. The Government requests capability statements and comments from interested businesses regarding the work items described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. At a minimum, please include the following; 1. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. 2. Socio-Economic factors (e.g. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 336611. Interested sources should contact Jay McReynolds, jay.s.mcreynolds@uscg.mil, communicating their interest. Your response is required by 2:00pm PST on 24 October 2014. Concerns that respond to this notice must fully demonstrate their capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. The Government does not intend to pay for any information that is submitted in response to this synopsis. Information received after this period may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/FY15_Dock-side_USCGC_FIR_(WLB-213)/listing.html)
 
Place of Performance
Address: USCGC FIR (WLB-213), One Tongue Point, Astoria, Oregon, 97103, United States
Zip Code: 97103
 
Record
SN03548298-W 20141012/141010233710-d501fcce1ed86e20e5052d48612ff867 (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.