Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
MODIFICATION

J -- USCG 41' Foot Utility Boat DRYDOCK REPAIRS

Notice Date
3/7/2007
 
Notice Type
Modification
 
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
2107807313B57
 
Response Due
3/12/2007
 
Archive Date
3/12/2008
 
Description
This Sources Sought Notice is hereby modified to extend the response date to MArch 12, 2007. Failure to submit all information requested may result in an unrestricted acquisition. The U.S. Coast Guard anticipates awarding a Requirements Type Contract for approximately 28 boats and is considering whether or not to set aside an acquisition for HUBZone, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), or Small Business concerns only. The small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK repairs to 41 Foot Utility Boats (UTB.) The requirements period is to run 12 months from date of award. The procurement contains TWO (2) 12 month option years to be exercised at the government?s discretion. The estimated value of this procurement is between $700,000.00 and $2,500,000.00. The performance period is approximately 20 calendar days and is expected to begin about June 2007. All work is to be performed at the contractor?s facility. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the 41 Foot Utility Boats (UTB.) This work will include, but is not limited to: Welding Repairs (aluminum); Renew, Inspect, and Reinstall rub rail system; Renew rub rail section; Renew rub rail mounting strip section, Renew mounting stud; Inspect Cabin Top; Skin repair; Crack repair; Replace damaged cores; Renew Thru bolted fasteners; Renew cabin top fastener; Preserve cabin top; Preserve Underwater Body; Coating system visual inspection; Coating System thickness measurements, - Condition A, B; Preserve Freeboard; Prepare Aluminum surface ? hand sanding preparation, Prepare Aluminum Surface ? water-jetting preparation; Install CG Legends Kit; Renew no-skid deck pads; Routing drydocking; Winterize boat; Provide temporary logistics; Additional temporary logistics; Perform UT inspection; Achieve surface profile on new surfaces; Aluminum plating; and, Aluminum handrail. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. Additionally, please include your capabilities in the following areas: (1) water-jet and recoat hull in winter; (2) Aluminum welding. At the present time, it is expected that the acquisition will 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 Mia.R.Robinson@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mia R. Robinson at (757) 628-4654. 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; and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. At least two references are requested, but more are desirable. Your response is required by March 01, 2007. 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 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. 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, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
 
Record
SN01245467-W 20070309/070307220407 (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.