Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOURCES SOUGHT

J -- DRYDOCK REPAIR OF USCGC DOLPHIN (WPB-87354)

Notice Date
9/13/2006
 
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
USCGCDOLPHIN(WPB-87354)DD
 
Response Due
9/27/2006
 
Archive Date
9/1/2007
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $100,000.00 and $250,000.00. 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 DOLPHIN (WPB-87354), a 87 Foot Patrol Boat. The USCGC DOLPHIN is homeported in Miami, FL. All work will be performed at contractor's facility. The performance period will be 42 calendar days with a start date of 19 March 2007. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC DOLPHIN (WPB-87354). This work will include, but is not limited to: welding repairs, realigning main engine/reduction gear, removing, inspecting and reinstalling propeller shafts, inspecting water-lubricated shaft bearings, removing, inspecting and reinstalling propellers, perform minor repair and recondition propellers, preserve transducer hull rings, overhaul and renew sea valves, remove, inspect and reinstall rudder assemblies, preserve RHIB wet notch deck and stern door interior, preserve underwater body, renew cathodic protection system, provide temporary logistics, routine drydocking, inspect transducer fairing, repair/renew transducer fairing, underwater body ultrasonic testing, remove, inspect and reinstall stern launch door pivot pins, preserve freeboard, preserve main deck surfaces, preserve lazarette compartment, renew main diesel engine exhaust rings, preserve forepeak compartment, renew thru-deck fittings for fuel transfer system, stern door hydraulic ram modification. Provide logistics to cutter for systems that are affected during overhauls such as, office space, telephone, parking, duty section berthing, lights, power, compressed air, heavy lift equipment, refuse disposal, dry, paint and flammable stores. 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 and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to wendy.j.culbreth@uscg.mil wendy.j.culbreth@uscg.mil or by fax (757) 628-4676. Questions may be referred to Wendy Culbreth at (757) 628-4657. 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 and (d) if your company does not own a drydock, a letter of commitment from the company providing the drydock during the performance period of this availability. At least two references are requested, but more are desirable. 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 or employees of other HUBZone small business concerns. Your response is required by September 27, 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 an small business set-aside. A decision on whether this will be pursued as a HUBZone small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.eps.gov.
 
Record
SN01141990-W 20060915/060913220517 (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.