Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOURCES SOUGHT

J -- SOURCES SOUGHT FOR 2007 DRYDOCK REPAIRS USCGC SMILAX (WLIC-315) AND BARGE

Notice Date
12/6/2006
 
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-DD-2007-WLIC-315
 
Response Due
12/12/2006
 
Archive Date
5/20/2007
 
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 Businesses. 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 acquisition is to dry dock and repair the USCGC SMILAX (WLIC-315), a 100 FOOT INLAND CONSTRUCTION TENDER with a 70 FOOT BARGE. The homeport of the vessel is Atlantic Beach, North Carolina. The performance period is FORTY-SEVEN (47) calendar days and is expected to begin on or about 14 MAY 2007 and end on or about 30 JUNE 2007. This requirement is geographically restricted from Savannah, GA to Philadelphia, PA via Intra Coastal Waterways, with no open water transits. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC SMILAX (WLIC-315) and BARGE. This work will include, but is not limited to: welding repairs; remove, inspect, and reinstall propeller; remove, inspect and reinstall propeller shaft, renew water-lubricated shaft bearings, perform minor repairs and reconditioning of propeller, preserve transducer hull rings, remove, inspect and reinstall rudder, overhaul and renew valves, preserve underwater body, preserve freeboard, renew cathodic protection system, routine dry-docking, provide temporary logistics, straighten shaft, renew propeller shaft sleeve, clean, inspect and test grid coolers, inspect and test air receivers and relief valves, preserve spud and spud well surfaces, shrink wrap cranes, preserve stack surfaces, preserve sewage and grey water collection and holding tanks, preserve weather decks, preserve construction deck, preserve underwater body, preserve superstructure, inspect and repair metal base portholes, renew barge fire main and eductor piping system, renew potable water piping, renew barge framing sections, laydays, composite labor and provide additional temporary logistics. 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 lromano@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. 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 December 12, 2006 at 4:00 PM, EST. 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, Service Disabled Veteran-owned Small Business set aside or 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 or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
 
Place of Performance
Address: THE PLACE OF PERFORMANCE IS AT THE CONTRACTOR'S FACILITY, WHICH IS GEOGRAPHICALLY RESTRICTED FROM SAVANNAH, GA TO PHILADELPHIA, PA, VIA INTRA COASTAL WATERWAYS, WITH NO OPEN WATER TRANSITS.
Zip Code: 28512
Country: UNITED STATES
 
Record
SN01191512-W 20061208/061206220302 (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.