Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOURCES SOUGHT

J -- DRYDOCK REPAIRS TO THE USCGC CAPSTAN (WYTL-65601)

Notice Date
11/2/2005
 
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
HSCG80-06-Q-3FA061
 
Response Due
1/23/2006
 
Archive Date
1/31/2006
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service Disabled Veteran-owned Small Business concerns or Small Business concerns only. The estimated value of this procurement is between $150,000.00 and $200,000.00. The NAICS Code is 336611. The small business standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC CAPSTAN (WYTL-65601), a 65 foot Harbor Tug, at the contractor?s facility. The vessel?s homeport is Philadelphia, PA. The vessel?s availability is for fifty-six (56) calendar days, starting on/about April 17, 2006. The scope of this acquisition is for drydock repairs of various items aboard the USCGC CAPSTAN (WYTL-65601). The work will include, but is not limited to welding repairs; clean and inspect fuel tanks; clean sewage and grey water collection and holding tanks; remove, inspect and reinstall propeller; clean, inspect and test grid coolers; preserve transducer hull ring; overhaul and renew valves; remove, inspect and reinstall rudder assembly; minor coating repairs, potable water tank; preserve and disinfect potable water tank; coating system visual inspection; painting of draft marks; renew cathodic protection system; renew sea chest bolts and repair grating cover; renew sea dam; install p-traps in head deck drain; preserve bilge surfaces in engine room; renew engine room scuttle; clean and inspect voids; renew fire and smoke detection system; 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 qualifications procedures. At the present time, this 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 FAR 19.1405 if your firm is Service- Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to lisa.g.deili@uscg.mil or louis.j.romano@.uscg.mil or by fax (757) 628-4676. Questions may be addressed to Mrs. Lisa Dieli, Contract Specialist at (757) 628-4647 or Mr. Louis Romano, Contracting Officer at (757) 628-4651. In your response please include the following: (1) a positive statement of your intent to submit a quote 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; and (d) if your company does not own a drydock, a letter of commitment from the company providing the drydock during the performance period of this availability. At least three references are requested, but more are desirable. 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 HUBZone small business concerns. 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. Your response is required by October 18, 2005. 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 an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone Small Business Set Aside, Service-Disabled Veteran-Owned Small Business Set-Aside, a Small Business Set-Aside, or on an unrestricted basis will be posted on the FEDBIZOPS website at http://www.eps.gov.
 
Place of Performance
Address: GEOGRAPHICAL RESTRICTION: PROTECTED WATERS OF THEIR ASSIGNED AREA (PHILADELPHIA, PA TO NORFOLK, VA). NO OPEN WATER TRANSITS.
Country: UNITED STATES
 
Record
SN00924833-W 20051104/051102211539 (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.