Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOURCES SOUGHT

J -- USCGC ANVIL (WLIC 75301) DRYDOCK REPAIRS

Notice Date
2/16/2007
 
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
HSCG80-07-Q-3FA712
 
Response Due
3/9/2007
 
Archive Date
9/30/2007
 
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 Business. 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 ANVIL (WLIC 75301), a 75 foot ?A? Class Construction Buoy Tender. The homeport of the USCGC ANVIL is located at Charleston, South Carolina. The repairs shall be performed at the contractor?s facility. The performance period is 72 calendar days and is expected to begin on or about April 16, 2007. The evaluation on this procurement will be as follows: Past Performance is more important than price however, a technical evaluation will be performed on main engine and shafting changeout and SSDG Replacement, Ventilation Upgrade, and Fire Suppression Installation. Contractors are to provide any information with experience in these areas such as at least two references with point of contacts and telephone numbers. THIS PROCUREMENT IS GEOGRAPHICALLY RESTRICTED AS FOLLOWS: WILMINGTON, N.C. TO FORT PIERCE, FL. NO TRANSIT IN OPEN WATER. The work items include but are not limited to: Welding Repairs; Clean and Inspect Fuel Tanks and Tender Tanks; Remove and dispose of fuel; Clean Sewage Tanks; UT shots; Straighten shaft; Perform minor repairs and reconditioning of propeller; Preserve and repair transducer hull rings; Overhaul duplex sea strainers; Renew valves and waster piece; Preserve spuds and spud well surfaces and renew spud well liners; Renew spud well; Shrink wrap crane, Preserve buoy deck; Preserve underwater body; Coating system visual inspection and thickness testing; Painting of Draft Marks Barge and Tender; Condition B or C of the barge and tender; Preserve Freeboard of Tender; Renew Cathodic Protection System; Routine drydocking; Provide Temporary Logistics; Renew barge rubrails; Overcoat remainder of barge freeboard; Renew barge engine overboard exhaust piping; Preserve barge bilges; Renew hot water heater; Preserve push knee channels and renew rubber blocks; Renew tender push knee channels; Steering gear and rudder mods; Main Engine and shafting changeout; SSDG replacement, ventilation upgrade, and fire suppression installation. 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 total small business competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Cindy.E.Floyd@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Cindy Floyd at (757) 628-4653. In your response please include: (a) a positive statement of your intention to submit an offer 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 February 8th, 2007 to this sources sought notice. 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 a restricted acquisition. Contractor?s are reminded that should this acquisition become a HUBZone set aside or SDVOSBA 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. 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. 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 on the FedBizOps website at http://www.fedbizopps.gov/
 
Place of Performance
Address: CONTRACTOR'S FACILITY
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01233769-W 20070218/070216220500 (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.