Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2005 FBO #1138
SOURCES SOUGHT

J -- DRY DOCK REPAIR USCGC CHOCK (WYTL 65602)

Notice Date
1/5/2005
 
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-DDWYTL65602
 
Response Due
1/14/2005
 
Archive Date
1/29/2005
 
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 the dry docking and repair to the USCGC CHOCK (WYTL 65602), a 65-Foot Harbor Tug. The home port is Portsmouth, Virginia. Geographic Restriction: Northern Boundary (Chesapeake City) the C&D Canal position 39 32 north 075 50w in the ICW, not to enter Delaware Bay. Southern portion of Pamlico Sound at latitude 35. The work will be performed at the contractor?s facility. The performance period is for 64 days. Commencing on or about 1 August 2005. This work is such as, but not limited to: Inspect Various Deck Fittings & Tow Bitt (Stack Mounted-Welded) All coatings to be PSC 700, Preserve Freeboard (100 UT Shots), Preserve Hull Ring & Adapter, Clean and Inspect Fuel Oil Tanks, Renew Pilothouse Huckbolts with Bi-Metallic Transition Joint System, Renew 3? x 3? Plate on Stbd side of Blkhd 19, Repair Hole on Pilothouse @ FR 29 with New Plate, 1. Weld Upgrade as per DWG 65 WYT 1101-1 Rev E. (The berthing area and Forepeak have been completed from the waterline up) 2. Repaint damaged areas as per the CCM., Fuel Oil Tank Partial Preservation or Fuel Oil Tank 100% Preservation, Inspect Accessible Voids, Inspect Inaccessible Voids (Fore & Aft Skegs, Rudder, Struts, & Rub Rails), ECR 65C-WYTL-7, Para. B Tiller Well 5? Openings, Blast, Prime & Paint Forepeak, Port and Stbd Voids, & Main Hold Bilges (Euro Navy Paint), Overhaul Steering Gear System (Including the chain and sprockets of the helm assembly), Welding Repairs, Clean Sewage/Gray Water Tank, Clean and Flush Sewage Piping, Overhaul Sewage System Valves, Inspect Sewage Vacuum & Transfer Pumps, Remove, Inspect, and Reinstall Propeller Shaft (New SST Style), Renew Propulsion Shaft, Renew Water Lubricated Bearings (Contractor Provide), Remove, Inspect, Reinstall Propeller (56 x 46), Perform Minor Repairs & Reconditioning of Propeller, 1. Clean, Inspect, Test, Reinstall MDE & Both SSDG Grid Coolers. 2. Clean & Flush MDE & Both SSDG Cooling Systems. Refill with Extended Life CAT Coolant. (Grid Cooler Gaskets, CAT Coolant, and CAT Cleaner will be provided as GFE), Inspect, Overhaul & Renew Valves and Waster Pieces, Remove, Inspect & Reinstall Rudder Assembly, Preserve Underwater Body (300 UT Shots), Renew Cathodic Protection, Provide Temp Messing & Berthing. Provide Temporary Logistics, Routine Dry Docking. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. 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 mrrobinson@mlca.uscg.mil or by fax (757)628-4676. Questions may be referred to Ms. Mia Robinson at (757)628-4654 or Ms. Mildred Anderson at (757)628-4637. In your response you must 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. Your response is required by 14 January 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 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 at www.eps.gov.
 
Record
SN00730033-W 20050107/050105211534 (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.