Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2006 FBO #1635
SOURCES SOUGHT

J -- DRYDOCK AND REPAIR USCGC MORRO BAY (WTGB 106)

Notice Date
5/17/2006
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, 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-3FAJ78
 
Response Due
5/24/2006
 
Archive Date
11/1/2006
 
Point of Contact
Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676,
 
E-Mail Address
cfloyd@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
 
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 MORROW BAY (WTGB-106), a 140 foot Icebreaking Tug. The homeport of the USCGC MORROW BAY is located at New London, Connecticut. The repairs shall be performed at the contractor?s facility. The performance period is 42 calendar days and is expected to begin on or about 29 JULY 2006. The work items include but are 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 Shaft, Renew Stern Tube Bearing, Renew Stern Tube Bearing Staves, Remove Inspect and Reinstall Propeller, Perform Minor Repairs and Reconditioning of Propeller, Preserve Transducer Hull Ring, Overhaul and Renew Valves, Remove Inspect and Reinstall Rudder Assembly, Renew Rudder Bearings, Overhaul Anchor and Anchor Chain, Preserve and Disinfect Potable Water Tanks, Preserve Weather Decks, Preserve Underwater Body, Preserve Freeboard, Reseal Cosmetic Polymeric Deck Covering Systems, Renew Deck Covering Systems, Provide Temporary Logistics, Routine Drydocking, Modify Chain Stopper Foundation, Modify Chain Locker Deck Drain System, Laydays, GFP Report. 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 total small business competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Cindy.E.Floyd@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Cindy Floyd at (757) 628-4653. 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 1 May 2006. 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 a restricted acquisition. Contractor?s are reminded that should this acquisition become a HUBZone set aside or SDVOSBA 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. 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 small business set-aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov/
 
Place of Performance
Address: Contractor's Facility
 
Record
SN01049765-W 20060519/060517220403 (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.