Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2002 FBO #0038
SOURCES SOUGHT

J -- HUBZONE SOURCES SOUGHT FOR THE USCGC MARCUS HANNA

Notice Date
1/7/2002
 
Notice Type
Sources Sought
 
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-DSWLM554
 
Response Due
1/23/2002
 
Archive Date
2/7/2002
 
Point of Contact
Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676, - Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676,
 
E-Mail Address
smartinez@mlca.uscg.mil, smartinez@mlca.uscg.mil
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for Hudzone concerns only. The estimated valve of this procurement is between $100,000.00 to $500,000.00. The NACIS code is 336611. The small business size standard is less than 1,000 employees. The acquisition is for dockside repairs to the USCGC MARCUS HANNA (WLM 554), 170 FOOT BOUY TENDER. The vessel?s homeport is Southport, ME. The vessel?s availability is for forty-two calendar days, starting June 10, 2002. The scope of this acquisition is for dockside repairs of various items aboard the USCGC MARCUS HANNA (WLM 554). The work will include, but is not limited to; clean and inspect ballast tanks and voids; clean and inspect sewage and grey water collection and holding tank; clean Gaylord and Laundry Ventilation Ducting; Inspect Hydraulic Griping System; Inspect and Test Cross Deck Winches (Level I); Inspect and Test Hydraulic Chain Stoppers (Level I); Overhaul Mechanical Chain Stoppers (Level I); Inspect and Test Small Boat Davit (Level II); Inspect and Test Buoy Crane (Level I); Inspect Various Deck Fittings; Preserve Buoy Deck; Preserve Forecastle Deck; Provide Temporary Logistics, Install Eyewash Stations; Modify Gunwales and Buoy Chain Port; Replace Port and Stbd Z-Drive Lube Oil heat Exchanger Tube Bundles; Install Galley Equipment and APC Fire Suppressant Interlock System; Install Hydraulic Power Unit Emergency Stop Switches; Modify HVAC System; Install Refrigerant Leak Detection and Alarm System; Install Isolation Valves for Hydraulic Power Unit; Modify Sewage System Piping and Modify Bridge Foot Railing. 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 email to smartinez@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Ms. Sandra Martinez at (757) 628-4591. In your response please include the following: (a) a positive statement of your intent 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 amount, points of contact, and telephone number(s); and (c) past performance references with points of contact and phone numbers. At least two references are requested, but more are desirable. 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 employee of the concerns. Your response is required by January 15, 2002. All of the above must be made 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.
 
Place of Performance
Address: Southport, ME
 
Record
SN20020109/00012118-020108092315 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.