Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOURCES SOUGHT

J -- DRYDOCK REPAIRS TO THE USCGC TORNADO (WPC-14)

Notice Date
5/30/2006
 
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-R-3FAH82
 
Response Due
7/15/2006
 
Archive Date
1/31/2007
 
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 TORNADO (WPC 14), a 179 foot Cyclone Class Coastal Patrol Boat. The homeport of the USCGC TORNADO is located at Pascagoula, Mississippi. The repairs shall be performed at the contractor?s facility. The performance period is 90 calendar days and is expected to begin on or about 15 August 2006. The evaluation on this procurement will be as follows: Past Performance is more important than price but Technical and Past Performance combined is significantly more important than price. The work items include but are not limited to: Welding Repairs; Clean and Inspect Fuel and Oil Tanks; Clean & Inspect Ballast Tanks; Clean Sewage and Grey Water Collection and Holding Tanks; Clean & Inspect Chain Locker; Renew Chain Locker Stanchion; Repair 01 Weatherdeck Crack; Inspect & Repair Water Intrusion into Electronics Room; Renew MDE Anti-Vibration Mounts; Remove, Inspect, and Reinstall Propeller Shafts; Renew Water Lubricated Propeller Shaft Bearings; Remove, Inspect, and Reinstall Propellers; Inspect MDE Exhaust System; Clean and Inspect Heat Exchangers; Remove and Reinstall Ship?s Service Diesel Generator Sets; Clean & Inspect Nr 1 SSDG Exhaust Piping; Overhaul Pump and Motor Assemblies; Overhaul and Renew Valves; Overhaul Duplex Sea Strainers and Renew Simplex Strainers; Remove, Inspect, and Reinstall Rudder Assemblies; Overhaul Steering Gear; Overhaul Stabilizing Fins; Anchor Windlass Maintenance; Overhaul Anchor & Anchor Chain; Combatant Craft Retrieval System ? Maintenance; Clean Sewage Piping System; Preserve Various Bilges; Preserve Fuel and Oil Tanks; Preserve and Disinfect Potable Water Tanks; Preserve & Repair Ballast Tanks; Preserve Sewage and Grey water Collection and Holding Tanks; Preserve Weather Decks; Preserve RHIB Well & Stern Door Interior Surfaces; Preserve Underwater Body; Inspect and Maintain Cathodic Protection System; Renew Capastic Fairing; Install & Renew Deck Covering System(s); Routine Drydocking; Provide Temporary Logistics; 7.5 Ton Air Conditioner Water Regulating Valve Sensing Line Modification (ShipAlt 20E); Install MDE Starter Disconnect Switch (ShipAlt 46D); Replace 1MC System (ShipAlt 56D); Installation A/C System Monitoring Gages (ShipAlt 56E); Replace Reverse Osmosis Watermaker (ShipAlt 79D); Install Air Test Fitting (ShipAlt 82E); Install Mechanical Shaft Seal Assemblies (ShipAlt 85D); Repair Propeller Root Erosion; Preserve Chain Locker. 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 01 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
SN01058934-W 20060601/060530220308 (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.