Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOURCES SOUGHT

J -- HUBZONE Certified Sources Sought- Drydock and Repair, USCGC AMBERJACK (WPB-87315)

Notice Date
5/31/2002
 
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-WPB-87315DD
 
Response Due
6/14/2002
 
Point of Contact
Janet Kodmon, Contracting Officer, Phone 757-628-4640, Fax 757-628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
jkodmon@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 $100,000 and $500,000. The small business size standard is less than 1,000 employees. NAICS Code is 336611 and the SIC is 3731. This acquisition is for DRYDOCK repairs to the USCGC AMBERJACK (WPB-87315), a 87 foot patrol Boat. Vessel's homeport is South Padre Island, TX. All work will be performed at contractor's facility. The performance period will be 42 calendar days with a start date on or about 2 December 2002. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC AMBERJACK (WPB-87315). This work will include, but is not limited to: welding repairs, clean and inspection of fuel and waste oil tanks, removal, inspection and reinstallation of propeller shafts, perform stern tube/strut alignment inspection, inspection of government furnished propeller shaft, renew water lubricated shaft bearings, removal, inspection and reinstallation of propellers, perform minor repair and reconditioning of propeller, preserve transducer hull ring(s), overhaul, renew and test valves, inspection and cleaning of sea strainers, removal, inspection and reinstallation of rudder assemblies, preserve underwater body, ultrasonic testing, renew cathodic protection system, provide temporary messing and berthing, routine drydocking, modify structures in engine room, lazerette and skegs, air test rudders, removal, inspection and reinstallation of stern launch door pivot pins, bushings and washers, preserve rib wet notch deck and stern door interior surface, composite labor and laydays. Provide logistics to cutter for systems that are affected during overhauls such as protective deck covering material, storage, lights, power, telephone toilets and showers. 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 jkodmon@mlca.uscg.mil or by fax (757) 628-4676/75. Questions may be referred to Janet Kodmon at (757) 628-4640. 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 a 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 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 concerns, applies. Your response is required by 6 February 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 the CBD.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00085963-W 20020602/020531213238 (fbodaily.com)
 
Source
FedBizOpps.gov 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.