Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOURCES SOUGHT

20 -- USCGC SANGAMON (WLR-65506) DRYDOCK REPAIRS

Notice Date
3/3/2006
 
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-21068063FAD95-01
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
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. The estimated value of this procurement is between $250,000.00 and $500,000.00. The NAICS Code is 336611. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs of the USCGC SANGAMON (WLR-65506), a 65 Foot ?B? CLASS RIVER BUOY TENDER AND 100 FOOT BARGE . The homeport of the vessel is Peoria, IL. The performance period is FIFTY FOUR (54) calendar days and is expected to begin on or about 10 July 2006 and end on or about 01 September 2006. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC SANGAMON (WLR-65506). This work will include, but is not limited to: routine drydocking; welding repairs; clean and inspect fuel tanks; remove, inspect, and reinstall propeller shafts; renew water lubricated shaft bearings; remove, inspect and reinstall propellers; clean, inspect and test grid coolers; overhaul and renew valves; inspect various deck fittings; tender various potable tanks up to 25%; barge potable tank up to 25%; preserve barge buoy deck; coating system visual inspection; painting and draft marks-barge; painting and draft marks-tender; preserve and repair buoy ports; provide temporary logistics; provide temporary berthing; provide temporary messing; inspect and preserve bilges in various locations; renew piping; renew barge hatch and scuttle drains; inspect, preserve and insulate galley overhead; protect hydraulic ATON crane; composite labor rate; lay days. The place of contract performance for this procurement is geographically restricted; a description of the restriction is provided elsewhere in this notice.. 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 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 Andres.n.medina@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Andres Medina at (757) 628-4633. 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. At least two references are requested, but more are desirable. Your response is required by March 9, 2006. 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 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. 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 or on an unrestricted basis will be posted in FedBizOpps website at http://www.eps.gov. GEOGRAPHICAL RESTRICTIONS: Per Coast Guard LANTAREAINST 3100.B; this requirement is restricted to the Western Rivers of the United States. The ?Western Rivers? means the navigable portions of the Mississippi river and its tributaries above mile 0 of the lower Mississippi river. Navigable tributaries of the Mississippi river include only the waterways within the area of jurisdiction of Coast Guard aids to navigation facilities as described in Light List Volume V (COMDINST M16502.5), and the Tennessee-Tombigbee waterways to the mouth of the Mobile River. This includes protected portions of the Intra Coastal Waterways connected to the ?Western Rivers,? but specially excluded unprotected or open waters such as Mobile bay, Lake Borgne, and the Gulf of Mexico.
 
Place of Performance
Address: SEE GEOGRAPHICAL RESTRICTIONS ABOVE:,
 
Record
SN00999337-W 20060305/060303213252 (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  © 1994-2020, Loren Data Corp.