Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOURCES SOUGHT

J -- DRYDOCK REPAIR OF USCG 643502 ANB CORPUS CHRISTI (643502)

Notice Date
2/2/2007
 
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
CG64ANBCORPUSCHRISTI
 
Response Due
2/12/2007
 
Archive Date
12/31/2007
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or Small Business Set-Aside or to issue as full and open competition. Please submit required documentation as stated in (a), (b), (c) and (d) below. Additionally please state whether you are submitting as a HUBZONE, SDVOSB, Small Business or Large 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. NAICS is 336611 and the SIC is 3731. The acquisition is for DRYDOCK repairs to the USCG ANT CORPUS CHRISTI (CG643502), a 64-foot, Aids to Navigation Vessel. Vessel?s homeport is Corpus Christi, TX. All work will be performed at the Contractor?s facility. The place of performance for this vessel is restricted to a facility on navigable waterways within 192 nautical miles of Corpus Christi, TX. It is restricted to inland transit only; any off-shore transit or over land transit is prohibited. The performance period will be 49 days with a start date of on or about 1 May 2007. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGB ANT CORPUS CHRISTI. This work will include, but is not limited to: CLEAN AND INSPECT FUEL TANK; CLEAN AND DISINFECT POTABLE WATER TANK; CLEAN AND INSPECT BALLAST TANKS AND VOIDS; REMOVE, INSECT, AND REINSTALL PROPELLERS, AND PROPELLER SHAFTS; RENEW WATER-LUBRICATED SHAFT BEARINGS; CLEAN, INSPECT AND TEST GRID COOLERS; INSPECT EXHAUST MUFFLERS; CLEAN AND INSPECT MAIN ENGINE AND SHIP SERVICE GENERATOR UPTAKES; ALIGN MAIN PROPULSION ENGINE, RENEW VALVES; GREY WATER PIPING REPLACEMENT; INSPECT STEERING SYSTEM; REMOVE, INSPECT AND REINSTALL RUDDER ASSEMBLIES; OVERHAUL CHAIN STOPPERS; INSPECT VARIOUS DECK FITTINGS; PRESERVE SPUD AND SPUD WELL SURFACES; PRESERVE BALLAST TANKS AND VOIDS; PRESERVE WEATHER DECKS; PRESERVE WEATHER DECKS; PRESERVE BOUY DECK; PRESERVE UNDERWATER BODY; STRAIGHTEN SHAFT; ROUTINE DRYDOCKING; TEMPORARY LOGISTICS; WELDING REPAIRS ON VARIOUS PARTS OF THE VESSEL; COMPOSITE LABOR; GFP REPORT IN ACCORDANCE WITH SOLICIATATION. 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 or 19.1404 if your firm is SDVOSB, or small business, or large business and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mailto:wculbreth@mlca.uscg.mil Wendy.J.Culbreth@uscg.mil or by fax (757) 628-4676/75. 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. At least two references are requested, but more are desirable; (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock during the performance period of this availability. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB 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. Your response is required by February 12, 2007. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Businees set aside. Failure to submit all information requested may result in a small business set-aside or full and open competition. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, Small Business set aside, or Full and Open Competition will be posted on the FedBizOps website at http://www.fedbizopps.gov/.
 
Record
SN01224631-W 20070204/070202220433 (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.