Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

J -- USCGC STRATTON DOCKSIDE REPAIRS FQ4 FY20

Notice Date
12/11/2019 1:11:38 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520IDSFQ4STR00
 
Response Due
1/10/2020 11:00:00 AM
 
Archive Date
01/25/2020
 
Point of Contact
Jude J Rubrico, Phone: 5106375928, Lee Thomas
 
E-Mail Address
jude.j.rubrico@uscg.mil, lee.f.thomas@uscg.mil
(jude.j.rubrico@uscg.mil, lee.f.thomas@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice. The U.S. Coast Guard is seeking qualified sources to perform dockside repairs for the USCGC STRATTON (WMSL 752), a 418 foot high endurance cutter home ported in Alameda, California 94501. The planned period of performance will be on or about July 3, 2020 through August 31, 2020. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. PLACE OF PERFORMANCE: Cutter's home moorage in Alameda, CASampling of work to be performed:D-001 Refrigeration Plant, System Groom D-002 Hydro- Pneumatic Tank(s), Clean and Inspect D-003 Tanks (MP Fuel Stowage and Overflow), Clean and Inspect D-004 Water Mist Fire Extinguishing System, Inspect and Test D-005 Galley Grease Fire Extinguishing System, Inspect and Test D-006 High Purity Water Tank, Clean and Inspect D-007 Air Conditioning Plants, Groom D-008 Incinerator Clean, Inspect and Test D-009 Anchor Windlass Level 2, Inspect and Repair D-010 Tank Sounding Tube, Replace D-011 Standby Lube Oil Service Pumps, Vital Electrical Power Circuit, Modify D-012 Towline Platform, Modify D-013 Piping and Valve Insulation, Renew D-014 Vent Ducts (All Other), Commercial Cleaning D-015 Relief Valves, Inspect and Test D-016 Tanks (Oily Water & Main Engine Leak), Clean and Inspect D-017 Tanks (MP Fuel Service), Clean and Inspect D-018 General Welding, Provide-Optional D-019 Dry Provision Storeroom, Modify D-020 Tanks (Ballast), Clean and Inspect D-021 Tanks (MP Fuel and Stowage and Overflow), Preserve “Partial”-OptionalD-022 Tank (Oily Water & Main Engine Leak), Preserve “Partial”-Optional D-023 Tanks (Water Mist), Preserve “Partial”-Optional D-024 Tanks (Potable Water), Clean and Inspect D-025 Propulsion Gas Turbine, Exhaust Piping, Commercial Clean D-026 Gas Turbine Module Fixed CO2 Fire Extinguishing System, Inspect and TestD-027 Heptafluoropropane (HFP) Fire Extinguishing System, Inspect and Test D-028 Folding Boom Cranes, Biennial Maintenance, Perform D-029 Tanks (Ballast), Preserve “Partial” - Optional D-030 Ship Service Diesel Generator, Exhaust Piping, Commercial Clean D-031 Temporary Services, Provide - Home Pier Interested parties must submit the following:(a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.)(b) Capability to perform work similar to the above work items.(c) Past performance information to demonstrate successful completion as prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Please address all requests, comments, and questions to Mr. Jude Rubrico, Contract Specialist via email: Jude.J.Rubrico@uscg.mil. Responses are requested by January 10, 2020 at 11:00 AM Pacific Time.This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9607bbad12914df7a1354d521d6d3639/view)
 
Place of Performance
Address: 562, CA, USA
Country: USA
 
Record
SN05514528-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.