Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
SOURCES SOUGHT

J -- DRYDOCK REPAIRS FOR THE USCGC WEDGE (WLR-75307)

Notice Date
10/8/2004
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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-DD-USCGC-WEDGE
 
Response Due
10/26/2004
 
Archive Date
5/30/2005
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC WEDGE (WLR-75307), a 75 foot ?D? Class River Buoy Tender and 90 foot Barge. The homeport of the USCGC WEDGE is located in Demopolis, AL. The repairs shall be performed at the contractor?s facility. The performance period is 54 calendar days and is expected to begin on or about 07 February 2005. The work items include but are not limited to: Remove, Inspect and Reinstall Propellers; Perform minor repair and reconditioning of propeller; Clean, inspect, and test grid coolers; Overhaul and renew valves; Remove, inspect and reinstall rudder assembly; Rebuild rudder stock; Renew rudder lower bearing trunk; Renew upper bearing housing and upper bearing housing support; Preserve spud and spud well surfaces; Renew liners in tender and barge spud wells; Renewal of barge spud well liners; Renewal of tender spud well liners; Remove, inspect, and reinstall tender towing knees and towing knees housing supports; Inspect various deck fittings; Preserve barge buoy deck; Preserve tender and barge main decks; Preserve underwater body; Provide Temporary Logistics; Routine Drydocking barge and tender; Renew umbilical valves, piping, and electrical standpipes, and outlets on the tender and barge; Renew tender grey water drain piping system; Renew tender circulating water piping system; Overhaul hydraulic steering system; Protect the hydraulic aton crane and small boat winch; Laydays. 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 using total small business 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) 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 request is required by 26 October 2004. 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's Facility
 
Record
SN00691715-W 20041010/041009084758 (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.