Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOURCES SOUGHT

J -- DRYDOCK REPAIRS TO 49 FOOT BUOY BOATS CG49412 AND 49423

Notice Date
3/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Direct Reports, 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-2403302C29042
 
Archive Date
4/12/2003
 
Point of Contact
Jay Snyder, Contract Specialist, Phone 757-628-4642, Fax 757-628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
jsnyder@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 $100,000.00 and $250,000.00. The small business size standard is less than 1,000 employees and the SIC is 3731. The acquisition is for Dry-dock repairs to two 49 Foot Buoy Boats USCG # 49412 and USCG # 49423. The home piers of the boats are Duluth, MN for boat CG49423 and Muskegon, MI for boat CG49412. The performance period will be 35 calendar days with a start date of June 30, 2003. The scope of the acquisition is for the dry-docking, overhauling, cleaning and repairing of various work items aboard both boats. The work for boat CG49423 will include, but is not limited to: weld repairs; renew rub rail, renew rub rail fasteners, air test skeg, clean fuel tanks, clean and inspect sewage holding tanks, remove, inspect and reinstall propeller shafts, renew propulsion shaft tube bearings, remove and reinstall propellers, clean and inspect heat exchanger, clean and test grid coolers, overhaul, renew and test values, remove, inspect and reinstall rudders, overhaul weight handling gear, inspect and overhaul chain stopper, inspect various deck fittings, preserve buoy deck, preserve underwater body, provide temporary logistics, routing dry-docking, preserve pilothouse top. The work for boat CG49412 will include, but is not limited to: welding repairs, renew rub rail, renew rub rail fasteners, air test skeg, remove, inspect and reinstall propeller shafts, renew propulsion shaft tube bearings, remove and reinstall propellers, clean and inspect heat exchangers, clean and test grid coolers, overhaul, renew and test valves, inspect and test air receivers and relief valves, remove, inspect and reinstall rudders, overhaul weight handling gear, inspect and overhaul chain stopper, inspect various deck fittings, preserve buoy deck, preserve underwater body, provide temporary logistics, routine dry-docking, renew hull plating in berthing area, preserve aft void. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. The following Geographic Restriction applies to each boat: For boat USCG49412 the restriction is, all of Lake Michigan, the St Mary?s River System, nothing West of the Keweenaw Peninsula on Lake Superior, and nothing South of Alpena, Michigan on Lake Huron. For boat USCG49423 the restriction is, Lake Superior, St Mary?s River System, nothing South of Sturgeon Bay, WI on Lake Michigan, and nothing South of Alpena, MI on Lake Huron. At the present time, the acquisition is expected to be issue under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUB Zone certified and intends to submit an offer on this acquisition, please respond by e-mail to wwwjsnyder@mlca.uscg.mil or by fax (757) 628-4676/75. Questions may be referred to Mr. Jay Snyder at (757) 628-4642. In 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 phone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUB Zone set aside, FAR 52.219-3, Notice of Total HUB Zone Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUB Zone small business concerns. Your response is required by March 28, 2003. All of the above must be submitted in sufficient detail for a decision to be made on a HUB Zone set aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUB Zone small business set aside or on an unrestricted basis will be posted in the FBO.
 
Record
SN00281756-W 20030320/030319061600 (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.