Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOURCES SOUGHT

J -- DOCKSIDE REPAIRS USCGC TEMPEST

Notice Date
7/5/2007
 
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-3FAK03
 
Response Due
7/27/2007
 
Description
Due to operational commitments, the previous notice for drydocking the Tempest is hereby cancelled and replaced with this DOCKSIDE requirement. 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 small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for the DOCKSIDE Repair of the USCGC TEMPEST (WPC-2), 179 FOOT CYCLONE CLASS PATROL COASTAL. The performance period is for 30 days, commencing on or about September 17, 2007 and ending October 17, 2007. This work may include, but is not limited to: Welding Repairs, Ultrasonic Thickness (UT) Shot Inspection, Clean and Inspect Fuel and Oil Tanks (Includes Disposal), Clean and Inspect Sewage and Grey Water Collection and Holding Tanks, Overhaul Pump and Motor Assemblies, Preserve Ballast Tanks and Voids, Provide Temporary Logistics, Inspect and Maintain Ship?s Air Conditioning System, Relocate Main Switchboard Fuse Holder, Governor Actuator Terminal Board, SSDG Governor System Power Source Isolation, Install Digital Compass System, MDE Access Deck Plate Modification, Install MPDE Saltwater Pressure Monitoring Gages, MDE #1 Lube Oil Supply Line Modification, Preserve Sewage Collection and Holding Tank. 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 under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or Veteran owned and intends to submit an offer on this acquisition, please respond by e-mail to manderson@mlca.uscg.mil or by fax (757)628-4675/76. Questions may be referred to Ms. Mildred Anderson at (757)628-4637. 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 phone numbers. At least two references are requested, but more are desirable. Your response is required by July 9, 2007. All of the above must be submitted in sufficient detail for a decision to be made on a 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 or Veteran owned small business set aside or on an unrestricted basis will be posted at www.fbo.gov.
 
Place of Performance
Address: 100 Singing River Parkway, Pascagoula, MS 39595
Zip Code: 39595
Country: UNITED STATES
 
Record
SN01335059-W 20070707/070705220520 (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.