Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2005 FBO #1468
SOURCES SOUGHT

J -- USCGC BISCAYNE BAY (WTGB-104) Drydock

Notice Date
12/1/2005
 
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-WTGB-104
 
Response Due
12/12/2005
 
Archive Date
12/12/2006
 
Description
The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. 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 NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC BISCAYNE BAY (WTGB-104), a 140 foot ice breaking tug. The USCGC BISCAYNE BAY is homeported in St. Ignance, MI. All work will be performed at the vessels homepier. The performance period will be forty-nine (49) calendar days with a start date on or about 05 May 2006. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC BISCAYNE BAY (WTGB-104). This work will include, but is not limited to: cleaning and inspecting fuel and oil tanks, cleaning and disinfecting potable water tanks, cleaning ballast tanks and voids, cleaning sewage and grey water collection and holding tanks, renewing door hatches and scuttles, remove, inspect and reinstall propeller shaft, overhaul shaft seal assembly, remove, inspect and reinstall propeller, perform minor repairs and reconditioning of propeller, clean exhaust stack piping and spark arrestors, preserve transducer hull ring, clean ventilation systems, overhaul and renew valves, overhaul bilge and ballast manifold, fuel oil manifold, and duplex sea strainers, inspect and overhaul steering system, remove, inspect and reinstall rudder assembly, renew rudder bearings, overhaul anchor wildlass assembly, overhaul warping capstan assembly, clean sewage and grey water piping systems, preserve underwater body, preserve freeboard, service liferafts and hydrostatic releases, test ship service generator and shore-tioecircuit breakers, clean ventilation fan space and renew drain lines, renew life-line stanchions, renew gaskets for various fixed windows, preserve overhead in various compartments, renew ceramic tile deck covering in galley, and provide logistics to cutter for systems that are affected during overhauls. 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, this acquisition is expected to be issued Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Viki.J.Frey@uscg.mil or by fax (757) 628-4676. Questions may be referred to Viki Frey at (757) 628-4644. In response please include the following: (a) a positive statement of your intent 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 phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, will apply, which requires that at least fifty (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. Your response is required by December 12, 2005. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside or Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov.
 
Record
SN00942601-W 20051203/051201211525 (fbodaily.com)
 
Source
FedBizOpps 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.