Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOURCES SOUGHT

J -- SOURCES SOUGHT FOR DRYDOCK REPAIRS USCGC STATEN ISLAND (WPB-1345)

Notice Date
7/14/2005
 
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-DD-WPB-1345
 
Response Due
7/22/2005
 
Archive Date
2/15/2006
 
Description
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 STATEN ISLAND (WPB-1345), a 110 Foot PATROL BOAT. The homeport of the vessel is Atlantic Beach, North Carolina. The performance period is SIXTY (60) calendar days and is expected to begin on or about 15 February 2006 and end on or about 15 April 2006. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC STATEN ISLAND (WPB-1345). This work will include, but is not limited to: welding repairs; inspect engine room skeg top plate; remove, inspect, and reinstall propeller shafts; clean sewage and grey water collection and holding tanks; renew water lubricated propeller shaft bearings; remove, inspect and reinstall propellers; clean and inspect fuel and oil tanks, remove, inspect and reinstall rudder assemblies, inspect main diesel exhaust system; clean and inspect heat exchangers; preserve transducer hull ring; overhaul vaneaxial fan and motor assemblies; overhaul stabilizing fins; renew duplex sea strainers; preserve potable water tanks; preserve sewage and grey water collection and holding tanks; preserve forward peak compartment; preserve weather decks; preserve underwater body; preserve freeboard; inspect and maintain cathodic protection system; routine drydocking; provide temporary logistics; create forward peak void; install new aft fuel tank access manholes; inspect aft crew head deck surfaces; install new ship service diesel generator isolation mounts; modify gooseneck vents; renew aft fuel tank reach rod assemblies; clean sewage and grey water piping system; overhaul ventilation fan assemblies; preserve bilge surfaces in engine room locations; preserve and insulate aft steering compartment; renew floating deck system in galley and mess deck; renew thermal insulation on engine room aft bulkhead; laydays and provide additional temporary logistics. The place of contract performance for this procurement is geographically restricted; a description of the restriction is provided elsewhere in this notice. 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 July 22, 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. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business 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 FROM JONESBORO, ME TO SHALLOTTEE INLET, NC.
Country: USA
 
Record
SN00846912-W 20050716/050714211539 (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.