Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOURCES SOUGHT

J -- Drydock REPAIRS FOR THE USCGC AXE (WLIC 75310)

Notice Date
10/8/2003
 
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-DDWLIC75310
 
Response Due
10/20/2003
 
Archive Date
5/31/2004
 
Point of Contact
Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676, - Mildred Anderson, Contracting Officer, Phone (757)628-4637, Fax (757)628-4675,
 
E-Mail Address
cfloyd@mlca.uscg.mil, manderson@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 $300,000.00 and $400,000.00. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC AXE (WLIC 75310), a 75 foot ?D? Class Construction Tender and 68 Foot Barge. The homeport of the USCGC AXE is located at 6030 Railroad Ave, Morgan City, LA 70380. THIS REQUIREMENT IS GEOGRAPHICALLY RESTRICTED AS FOLLOWS: D8: RESTRICTED FROM BROWNSVILLE, TX TO CARRABELLE, FL. The performance period is 42 calendar days and is expected to begin on or about 05 APRIL 2004. The work items include but are not limited to: Welding Repairs; Clean and Inspect Sewage Holding Tank; Remove, Inspect, and Reinstall Propeller Shafts; Check Alignment of Propeller Shafts; Renew Water-Lubricated Shaft Bearings; Remove, Inspect, and Reinstall Propellers; Perform Minor Repairs and Reconditioning of Propeller; Preserve Transducers? Hull Ring and Renew Transducers; Remove, Inspect, and Reinstall Rudder Assemblies; Preserve Barge Spuds and Spud Wells; Preserve Sewage Holding Tank; Preserve Barge Buoy Deck; Preserve Underwater Body; Provide Temporary Messing and Berthing; Provide Temporary Logistics; Routine Drydocking; Protect Weatherford CG300 Hydraulic ATON Crane; Renew Bulkhead Plating and Deck Covering System; Relocate Expansion Tanks; Clean and Inspect Fuel Tanks; Renew Hatch; Install Sliding Door; Examine Main Diesel Engine Misalignment; Clean and Test Grid Coolers and Renew Coolant Piping; Clean Exhaust Stacks; Analyze Electrical System; Clean Shipboard Ventilation Systems; Clean Chilled Water Piping; Overhaul and Renew Valves; Inspect and Overhaul Duplex Strainers; Inspect and Test Air Receivers and Relief Valves; Inspect and Test Steering System Relief Valves; Relocate Air Compressor; Overhaul Barge Fire Pump; Renew Mess Deck Paneling; Inspect Various Deck Fittings; Preserve Bridge Deck; Preserve Shaft Alley Bilge Surfaces; Preserve Lazarette Bilge Surfaces; Preserve and Disinfect Potable Water Tanks; Reseal Cosmetic Polymeric Deck Covering Systems; Renovate Crew?s Head; Ultrasonic Testing. 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 e-mail to cfloyd@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Cindy Floyd at (757) 628-4653. In your response please include: (a) a positive statement of your intention to submit an offer 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 telephone numbers. At least two references are requested, but more are desirable. Your response to this sources sought is required by 20 October 2003. 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 restricted acquisition. A decision on whether this will be pursued as a HUBZone small business set aside or on a restricted basis will be posted on the FedBizzOps website at http://www.eps.gov
 
Place of Performance
Address: CONTRACTOR FACILITY
 
Record
SN00449297-W 20031010/031008213013 (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.