Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
SOURCES SOUGHT

J -- DRYDOCK AND REPAIRS USCGC CAPSTAN (WYTL 65601)

Notice Date
12/12/2002
 
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-WYTL65601
 
Archive Date
12/31/2003
 
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 $100,000 and $250,000. 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 CAPSTAN (WYTL-65601), a 65-foot harbor tug. Vessel's homeport is PHILADELPHIA, PA. All work will be performed at the contractor?s facility. The performance period will be 42 days with a start date on or about 12 MAY 2003. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC CAPSTAN (WYTL-65601). This work will include, but is not limited to: (1) Clean Sewage Holding Tank; (2) Remove, Inspect and Reinstall Propeller Shaft; (3) Renew Shaft Covering; (4) Straighten Shaft; (5) Renew Water-Lubricated Shaft Bearings; (6) Renew Propeller Shaft Sleeves; (7) Remove, Inspect and Reinstall Propeller; (8) Perform Minor Repairs and Reconditioning of Propeller; (9) Clean and Test Grid Coolers; (10) Preserve Transducer Hull Ring; (11) Overhaul and Renew Valves; (12) Remove, Inspect and Reinstall Rudder Assembly; (13) Inspect Various Deck Fittings; (14) Preserve Sewage Holding Tank; (15) Preserve Weather Decks and Cabin Top; (16) Preserve Underwater Body; (17) Ultrasonic Testing Single Shots; (18) Preserve Freeboard; (19) Renew Cathodic Protection System; (20) Provide Temporary Messing and Berthing; (21) Provide Temporary Logistics; (22) Routine Drydocking; (23) Inspect Berthing Frames and Shell Plating; (24) Remove and Reinstall Sewage Holding Tank; (25) Overhaul Steering Gear System; (26) Preserve Lazarette Bilge; (27) Preserve Sewage Void Bilge; (28) Preserve Main Hold Bilge; (29) Renew Deck Covering System; and (30) GFP report in accordance with solicitation section H. Provide temporary 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 bhancock@mlca.uscg.mil or by fax (757) 628-4676. The following Geographic Restrictions apply to the harbor tug: No open water transits and restricted to the protected waters of the cutter?s assigned area of operations from Philadelphia, PA to Norfolk, VA. 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, and (c) past performance references with points of contact and phone. 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 less 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 December 23, 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 a full and open acquisition. A decision on whether this will be pursued as a HUBZone small business set aside or as a full and open basis will be posted on FedBizOpps.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00222242-W 20021214/021212213525 (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  © 1994-2020, Loren Data Corp.