Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14, 2000 PSA #2747
SOLICITATIONS

J -- DOCKSIDE REPAIRS TO THE USCGC JOSHUA APPLEBY (WLM-556)

Notice Date
December 12, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command -- Atlantic, 300 East Main Street, Suite 600, Norfolk, VA, 23510-9102
ZIP Code
23510-9102
Solicitation Number
Reference-Number-WLM556
Response Due
December 26, 2000
Point of Contact
Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, Email kbrumfiel@mlca.uscg.mil -- Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, Email
E-Mail Address
Kevin Brumfiel (kbrumfiel@mlca.uscg.mil)
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $100,000 and $500,000. The small business size standard is less than 1,000 employees. The acquisition is for dockside repairs to the USCGC JOSHUA APPLEBY (WLM-556), a 175 foot coastal buoy tender. The homeport of the USCGC JOSHUA APPLEBY is St. Petersburg, Florida. The performance period is twenty-eight (28) calendar days and is expected to begin on or about 18 June 2001. The scope of the acquisition is for the overhauling, cleaning, inspecting, and renewing of various items aboard the USCGC JOSHUA APPLEBY (WLM-556). This work includes, but is not limited to: clean and inspect diesel fuel and oil tank(s); preserve diesel fuel tank(s); clean, inspect, and disinfect potable water tank(s); clean and inspect ballast tank(s); clean and inspect sewage and grey water collection and holding tank(s); inspection of chain inhaul device (level II); inspect and overhaul mechanical chain stoppers (level II); overhaul anchor windlass assembly; inspect and test small boat davit (level II); inspection and test of buoy crane (level II); preserve and disinfect potable water tank(s); and provide temporary logistics to cutter for systems that are affected during overhauls such as protective deck covering material, storage (paint and flammable stores), power, firemain system, parking, toilets and showers, etc. 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 under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified and intends to submit an offer on this acquisition, please respond by e-mail to kbrumfiel@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Kevin Brumfiel at (757) 628-4635. In your response please 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, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by December 26, 2000. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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 small business set aside or on an unrestricted basis will be posted in the CBD.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-WLM556&L=497)
Record
Loren Data Corp. 20001214/JSOL021.HTM (D-347 SN5087D1)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on December 12, 2000 by Loren Data Corp. -- info@ld.com