Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
SOURCES SOUGHT

J -- DRYDOCK AND REPAIRS USCGC SPENCER (WMEC-905)

Notice Date
1/17/2002
 
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-WMEC905
 
Response Due
1/28/2002
 
Archive Date
2/28/2003
 
Point of Contact
Barbara Hancock, Contract Specialist, Phone (757)628-4648, Fax (757)628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
bhancock@mlca.uscg.mil, mmonahan@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 $500,000 and $1,000,000. The small business size standard is less than 1,000 employees. NAICS is 336611 and the SIC is 3731. The acquisition is for DRYDOCK repairs to the USCGC SPENCER (WMEC 905), a 270-foot medium endurance cutter. Vessel's homeport is Boston, MA. All work will be performed at the contractor's facility. The performance period will be 49 days with a start date of on or about 10 June 2002. This vessel is not geographically restricted. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC SPENCER (WMEC 905). This work will include, but is not limited to: Welding Repairs; Clean and Inspect Diesel Fuel; JP-5 Fuel; and Oil Tanks; Remove; Inspect; and Reinstall Propeller Shaft; Remove; Inspect; and Reinstall Intermediate Shaft; Renew Shaft Covering; Overhaul Stern Tube Seals; Renew Water-Lubricated Shaft Bearings; Renew Shaft Sleeves; Remove and Reinstall Controllable Pitch Propeller Hubs; Service Both Onboard Controllable Pitch Propeller Systems; Preserve Transducer Hull Rings; Overhaul and Renew Valves; Service Rudder Assemblies; Service Fin Stabilizer Systems; Renew Fin Shaft Sleeve; Preserve Chain Lockers; Preserve Underwater Body; Preserve Freeboard; Modify and Renew Cathodic Protection System; Provide Temporary Logistics; Routine Drydocking; and Preserve JP-5 Pump Room and Steering Gear Compartment Bilges. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, this acquisition will 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 bhancock@mlca.uscg.mil or by fax (757) 628-4675/76. Questions may be referred to Ms. Barbara Hancock at (757) 628-4648. In 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 amounts, points of contact and telephone numbers, (c) past performance references with points of contact and phone numbers and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. 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, requiring at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concern, applies. Your response is required by January 28, 2002. 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 FEDBIZOPPS.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN20020119/00015600-020118090241 (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.