Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
MODIFICATION

J -- SOURCES SOUGHT FOR DRYDOCK REPAIRS USCGC NEAH BAY (WTGB-105)

Notice Date
1/24/2005
 
Notice Type
Modification
 
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-WTGB-105
 
Response Due
1/26/2005
 
Archive Date
8/1/2005
 
Description
The sources sought synopsis is modifed to include the geographic restriction, which is provided elsewhere in this notice. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC NEAH BAY (WTGB-105), a 140 Foot ICE BREAKING TUG. The homeport of the vessel is Cleveland, Ohio. The performance period is FOURTY-TWO (42) calendar days and is expected to begin on or about 01 August 2005 and end on or about 11 September 2005. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC NEAH BAY (WTG-105). This work will include, but is not limited to: welding repairs; remove, inspect, and reinstall propeller; clean ballast tanks and voids; clean and inspect fuel and oil tanks; clean sewage and grey water collection and holding tanks; overhaul shaft seal; preserve transducer hull ring; upgrade heating system; overhaul and renew valves; renew sea strainers; preserve main mast, fore mast and stub mast; service liferafts and hydrostatic releases; preserve underwater body; preserve freeboard; routine drydocking; provide temporary berthing; provide temporary messing; remove boiler overboard discharge valve; renew hot water heater; renew dielectric matting; pull test pad eyes; renew a/c system valves; renew deck in O2 space; renew insulation in various compartments; renew hot water booster; renew fire plugs and main deck monitor; provide temporary logistics and provide additional temporary logistics. 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 as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to lromano@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. 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 telephone numbers. At least two references are requested, but more are desirable. Your response is required by January 26, 2005. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone 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. 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 in FedBizOpps website at http://www.eps.gov.
 
Place of Performance
Address: THE PLACE OF PERFORMANCE IS GEOGRAPHICALLY RESTRICTED TO THE GREAT LAKES.
Country: USA
 
Record
SN00738769-W 20050126/050124211518 (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.