Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOURCES SOUGHT

J -- USCGC HUDSON (WLIC 801)

Notice Date
8/3/2005
 
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
DDHUDSON
 
Response Due
9/6/2005
 
Archive Date
9/21/2005
 
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 HUDSON (WLIC 801), a 160 Foot Construction Tender. The homeport of the vessel is MIAMI BEACH, FLORIDA. This vessel is geographically restricted from Tampa, FL to Philadelphia, PA via Intra Coastal Waterways. The performance period is FORTY-TWO (42) calendar days and is expected to begin on or about 06 JANUARY 2006. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC HUDSON (WLIC 801). This work will include, but is not limited to: Welding Repairs; Renew, Inspect, and Reinstall Propeller Shafts; Straighten Shafts; Renew Water-Lubricated Shaft Bearings; Renew Propeller Shaft Sleeve(s); Remove, Inspect, and Reinstall Propellers; Perform Minor Repairs and Reconditioning of Propeller; Clean, Inspect, and Test Grid Coolers; Preserve Transducer Hull Ring; Overhaul and Renew Valves; Renew Sea Strainer(s); Remove, Inspect, and Reinstall Rudder Assemblies; Protect Hydraulic ATON Crane; Preserve Spud and Spud Well Surfaces; Preserve Construction Deck; Preserve Underwater Body; Preserve Freeboard; Renew Cathodic Protection System; Renew Deck Covering System(s); Provide Temporary Messing; Provide Temporary Berthing; Provide Temporary Logistics; Routine Drydocking; Renew Hatches; Renew Bulkhead Foundation. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, it is expected that the acquisition will 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 ddabney@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Dawn J. Dabney at (757) 628-4636. 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; and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. At least two references are requested, but more are desirable. Your response is required by September 06, 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 also 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 or Service-Disabled Veteran-Owned Small Business set-aside. Failure to submit all information requested may result in Small Business set-aside acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
 
Record
SN00861012-W 20050805/050803211532 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.