Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOURCES SOUGHT

J -- DRYDOCK FOR USCGC TACKLE (WYTL-65604)

Notice Date
1/23/2007
 
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
DDUSCGCTACKLE
 
Response Due
2/13/2007
 
Archive Date
2/23/2008
 
Description
The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. 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 TACKLE (WYTL-65604), a 65 foot "A" Class Harbor Tug. The USCGC TACKLE homeport is in Rockland, ME. There is a one time geographic restriction for this dry-dock availability to a facility within 144 nautical miles of the vessel's homepier at Rockland, ME with a transit on navigable waterways, and no more than 10 nautical miles off shore. The performance period will be forty-five (42) calendar days with a start date on or about 09 July 2007. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC TACKLE (WYTL-65604). This work will include, but is not limited to: Welding repairs; Clean Sewage Collection and Holding Tank; Remove, Inspect, and Reinstall Propeller Shaft; Straighten Shaft; Remove, Inspect, and Reinstall Propeller; Perform Minor Repairs and Reconditioning of Propeller; Clean, Inspect, and Test Grid Coolers; Clean Exhaust Pipes; Preserve Transducer Hull Ring; Renew Valves; Remove, Inspect and Reinstall Rudders Assembly; Inspect Various Deck Fittings; Preserve Underwater Body; Provide Temporary Logistics; Renew Cathodic Protection System; Inspect and Test Boat Davit; Overhaul Boat Davit; Clean and Disinfect Sewage System Piping; Preserve Chain Locker; Routine Drydocking; Renew Fire and Smoke Detection System; Upgrade Weld on Main Hold Gooseneck Vent Fitting; Renew Superstructure Metal Plating; Renew Superstructure Door; Renew Hot Water Tank; Renew Stack Top; Ultrasonic Thickness Measurements. 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 Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lori.L.Ellis@uscg.mil or by fax (757) 628-4676. Questions may be referred to Lori Ellis at (757) 628-4646. 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. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, 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 or 52.214-6, will apply, which requires that at least fifty (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 February 13, 2007 COB. 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 a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov.
 
Record
SN01217161-W 20070125/070123220241 (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.