Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOURCES SOUGHT

Z -- SOURCES SOUGHT FOR THE DRY DOCK AND REPAIR OF USCGC IBIS (WPB-87338)

Notice Date
4/10/2007
 
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
Reference-Number-USCGC-IBIS-87338
 
Archive Date
3/30/2008
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned 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 NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC IBIS (WPB 87338) a 87 Foot Patrol Boat is homeported in Cape May NJ. All work will be performed at contractor's facility. The USCGC IBIS (WPB 87338) is geographically restricted to travel no further than 540 Nautical Miles from the vessels home pier on navigable waterways. The performance period will be 42 calendar days with an anticipated start date of September 3, 2007. The scope of the acquisition is for the dry docking, overhauling, cleaning and repairing of various items aboard the USCGC USCGC IBIS (WPB 87338. This work will include, but is not limited to Welding Repairs; Clean and Inspect Fuel and Waste Oil Tanks; Realign Main Engine/Reduction Gear; Remove, Inspect, and Reinstall Propeller Shafts; Repair Shaft; Straighten Shaft; Inspect Water-Lubricated Shaft Bearings; Renew Water-Lubricated Shaft Bearings; Remove, Inspect and Reinstall Propellers; Perform Minor Repair and Recondition of Propeller; Preserve Transducer Hull Rings; Remove, Inspect, and Reinstall Rudder Assemblies; Remove, Inspect and Reinstall Stern Launch Door Pivot Pins, Bushings, and Washers; Clean Sewage and Grey Water Piping System; Preserve RHIB Wet Notch Deck and Stern Door Interior Surfaces; Preserve Underwater Body; Renew Cathodic Protection System; Renew Capastic Fairing; Routine Drydocking; Provide Temporary Logistics; Renew Main Diesel Engine Exhaust Concentric Rings; Ultrasonic Thickness Measurements; Preserve Aluminum Mast In-Place; Preserve Forward Peak Compartment 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 FAR 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to HYPERLINK mail to:sclark@mlca.uscg.mil sclark@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Stephen Clark at (757) 628-4648. 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 and (d) if your company does not own a drydock, a letter of commitment from the company providing the drydock during the performance period of this availability. At least two 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 the close of business on April 20, 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 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.fbo.gov.
 
Place of Performance
Address: Contractor Facility within 540 Nautical Miles, 1 Munro Ave, Cape May, NJ
Zip Code: 08204
Country: UNITED STATES
 
Record
SN01269842-W 20070412/070410220437 (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.