Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOURCES SOUGHT

J -- Sources Sought Notice for USCGC Key Biscayne(WPB 1339)

Notice Date
9/7/2005
 
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-KeyBiscayneWPB1339
 
Response Due
9/16/2005
 
Archive Date
9/16/2006
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone, Small Business concerns or Service-Disabled Veteran-owned Small Business concerns. The estimated value of this procurement is between $100,000.00 and $1,000,000.00. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC Key Biscayne (WPB-1339), a 110 Foot Island C Patrol Boat. All repairs are to be performed at the contractors facility. The vessel is geographically restricted to transiting from Brownsville, Texas to Shallottee Inlet, North Carolina. The homeport of the USCGC Key Biscayne is located in Corpus Christi, Texas. The performance period is fifty-six (56) calendar days and is expected to begin on or about January 30, 2006. The scope of the acquisition is for the drydock repairs, which include overhauling, cleaning, inspecting, and renewing of various items aboard the USCGC Key Biscayne (WPB-1339). This work includes, but is not limited to: Welding Repairs, Clean and Inspect Fuel and Oil Tanks, Clean Sewage and Grey Water Collection and Holding Tanks, Remove, Inspect, and Reinstall Propeller Shafts, Perform Stern Tube/Strut Alignment Inspection, Inspect Govt Furnished Propeller Shaft, Inspect, Fabricate, Fit, and Install Bronze Sleeves in Various Shaft Packing Areas, Overhaul Mechanical Shaft Seal Assemblies, Renew Water Lubricated Propeller Shaft Bearings, Remove, Inspect, and Reinstall Propellers, Repair Propeller Root Erosion, Balance Propeller, Inspect Main Diesel Exhaust System, Preserve Transducer Hull Ring, Renew Valves, Remove, Inspect, and Reinstall Rudder Assemblies, Renew Rudder Upper and Lower Bearing, Renew Sea Strainers, Overhaul Steering Gear Components, Overhaul Stabilizing Fins, Renew Lower Fin Stock Bearing, Preserve Underwater Body, Preserve Freeboard, Preserve Aluminum Mast in Place, Inspect and Maintain Cathodic Protection System, Renew Capastic Fairing, Renew Sewage Piping, Renew Deck Covering System, Preserve Bilge Surfaces in Various Locations, Inspect Welds of Structural Members on Starboard Side of 01 Deck for Structural Damage, Straighten Shaft, Renew Doppler Speed Log, Provide Temporary Logistics, and Routine Drydocking. 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 under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified, or in accordance with FAR 19.502-2 (b) (1), if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by email to kstark@mlca.uscg.mil or by fax at (757)628-4676. In your response please include: (a) 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 is required by September 16, 2005. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Small Business or Service-Disabled Veteran-owned set aside. Contractors are reminded that should this acquisition become a Small business set aside, FAR 52.219-14 Limitations on Subcontracting, 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 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 or employees of other HUB Zone small business concerns. 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 or other service-disabled veteran-owned small business concerns. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone set aside, a Small Business set aside, a Service-Disabled Veteran-owned Small Business Set-Aside, or an unrestricted procurement will be posted on FEDBIZOPS. Funds are not presently available for this project. No award will be made under this solicitation until funds are made available. The Government reserves the right to cancel this solicitation, either before or after the closing date. For information concerning this acquisition contact the Contracting Official listed above. Questions may be referred to Ms. Kathy Stark at (757) 628-4588 or email to kstark@mlca.uscg.mil.
 
Place of Performance
Address: The vessel is geographically restricted to transiting from Brownsville, Texas to Shallottee Inlet, North Carolina.
 
Record
SN00888685-W 20050909/050908033013 (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.