Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOURCES SOUGHT

J -- FY15 Dockside Repairs for USCGC SPAR

Notice Date
2/6/2015
 
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_DOCKSIDE_USCGC_SPAR_AUG2015
 
Archive Date
3/6/2015
 
Point of Contact
Natalie J. Rodriguez, Phone: 5106375965
 
E-Mail Address
natalie.j.rodriguez@uscg.mil
(natalie.j.rodriguez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
USCGC SPAR (WLB 206) Dockside Repair The United States Coast Guard is considering whether or not to set-aside this acquisition for HUBZone, 8(a) Small Business, Small Disadvantage Business, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Business firms. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs to the USCGC SPAR (WLB 206), a 225' seagoing buoy tender. All work will be performed at Coast Guard Base Los Angeles/Long Beach (LA/LB). The performance period is 60 calendar days and is expected to begin on or about 12 August 2015. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC SPAR (WLB 206). This work will include, but is not limited to: 1. Hydraulic Chain Stoppers, Inspect and Service - Tier II 2. Cross-deck Winched, Inspect and Service - Tier II 3. Hydraulic Inhaul Winch, Inspect and Service - Tier II 4. Warping Capstan, Level 2 Inspect and Repair 5. Boat Boom, Level 2 Inspect and Repair 6. Single Point Davit - Slewing Arm, Level 2 Inspect and Repair 7. Decks -Exterior, Preserve ("Non-Skid Broadcast Grit" System )Bridge Wings 8. Decks - Exterior (Buoy Deck), Preserve 100% 9. Scuttles, Upgrade 10. Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test 11. Mechanical Chain Stoppers, Inspect and Service - Tier II 12. Buoy Crane, Inspect and Service - Tier II 13. Tanks (Potable Water), Preserve 100% 14. Potable Water Pump Room Deck, Preserve 15. Compartment Insulation (General), Renew Non-Machinery Space 16. Stack and Uptake Space, Install Safety Components 17. Auxiliary AC Motor, Overhaul 18. #1 Fire Pump, Renew 19. Stack Lighting, Install 20. Sewage Piping, Repair 21. Flex Joint, Renew 22. Vent Doors, Repair 23. Temporary Services, Provide -Cutter 24. Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) Boat Decks 25. Compartment Insulation (General), Renew Machinery Space 26. Piping Insulation, Renew (Less than 2") 27. Exhaust Stacks (Exterior), Preserve 28. Air castles, Preserve 29. Piping Insulation, Renew (Greater than 2") 30. Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) Flying Bridge THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY COMPANIES CAPABLE OF FULFILLING THIS REQUIREMENT. The Government requests capability statements and comments from interest 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 letter. 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, point of contacts 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 Natalie J. Rodriguez, Contracting Officer at (510) 637-5965 or natalie.j.rodriguez@uscg.mil, to communicate your interest. Your response is required by 4:00 pm PST on 19 February 2015. Individuals that respond to this notice must fully demonstrate their capability to accomplish the above and are to provide 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_DOCKSIDE_USCGC_SPAR_AUG2015/listing.html)
 
Place of Performance
Address: Coast Guard Base LA/LB, San Pedro, California, United States
 
Record
SN03636087-W 20150208/150206235215-7ecfa9b92ff7bac8c52e09d24cc71afd (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.