SOURCES SOUGHT
J -- USCGC RIDLEY (WPB-87328) Drydock
- Notice Date
- 12/15/2005
- 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-DDWPB87328
- Response Due
- 12/27/2005
- Archive Date
- 5/13/2006
- 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 (SDVOSB) or for Small Business. 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 RIDLEY (WPB-87328), an 87 Foot Patrol Boast. The USCGC RIDLEY is homeported in Montauk, NY. Geographic Restriction: Restricted from Jonesboro, ME to Shallottee Inlet, NC. All work will be performed at the contractor?s facility. The performance period will be forty-two (42) calendar days with a start date on or about 3 April 2006. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC RIDLEY (WPB 87328). This work will include, but is not limited to: remove, inspect and reinstall propeller shafts, inspect water lubricated shaft bearings, remove, inspect and reinstall propellers, preserve transducer hull rings, overhaul and renew valves, remove, inspect and reinstall rudder assemblies, preserve rib wet notch deck and stern door interior surface, preserve underwater body, painting of draft marks, renew cathodic protection, inspect transducer fairing, routine drydocking, provide temporary logistics to cutter for systems that are affected during overhauls, preserve forward peak compartment, and inspect hull plating. 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 as a Small Business set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB and intend to submit an offer on this acquisition, please respond by e-mail to cfloyd@mlca.uscg.mil or by fax (757) 628-4676/75. Questions may be referred to Cindy Floyd at (757) 628-4653. 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 references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, 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, 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. Your response is required by December 27, 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. 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/.
- Place of Performance
- Address: Contractor's facility
- Country: US
- Country: US
- Record
- SN00952613-W 20051217/051215211615 (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 |