Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
SOURCES SOUGHT

J -- Drydock repairs to USCGC Moray (WPB-87331)

Notice Date
11/27/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-MorayDD
 
Response Due
12/13/2006
 
Archive Date
12/13/2007
 
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 only. The estimated value of this procurement is between $100,000.00 and $250,000.00. The NAICS Code is 336611. The small business standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC MORAY (WPB-87331), a 87 foot patrol boat, at the contractors facility. The vessel availability is for approximately forty-two (42) calendar days, starting on or about June 4, 2007. The scope of this acquisition is for repairs of various items aboard the USCGC MORAY (WPB-87331). The work will include, but is not limited to welding repairs, clean and inspect fuel and waste oil tanks, clean sewage and grey water collection and holding tanks, remove, realign main engine reduction gear, inspect, and reinstall propeller shafts, repair shaft, straighten shaft, 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 forward peak compartment, preserve RHIB wet notch deck and stern door interior surfaces, preserve underwater body, preserve freeboard, coating system visual inspection, inspect hull plating, painting of draft marks, modify and renew cathodic protection system, inspect transducer fairing, renew main diesel engine exhaust concentric rings, routine drydocking, provide temporary logistics, renew hatch, inspect hull plating. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications 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 FAR 19.1405 if your firm is Service- Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to beverly.a.garner@uscg.mil or by fax (757) 628-4676. Questions may be addressed to Beverly Garner, Contract Officer at (757) 628-4663. In your response please include the following: (1) a positive statement of your intent to submit a quote for this solicitation as a prime contractor; (2) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (3) 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, 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. Contractors are also 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. Your response is required by December 13, 2006. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside or Service-Disabled Veteran-Owned Small Business 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, Service-Disabled Veteran-Owned Small Business Set-Aside, a Small Business Set-Aside, or on an unrestricted basis will be posted on the FEDBIZOPS website at http://www.fbo.gov.
 
Place of Performance
Address: Contractor facility
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01186497-W 20061129/061127220141 (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.