Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOURCES SOUGHT

J -- USCGC CHENA (WLR-75409) Drydock and repair availability

Notice Date
10/1/2007
 
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-CHENA-75409
 
Response Due
10/12/2007
 
Archive Date
10/27/2007
 
Point of Contact
Stephen Clark, Contract Specialist, Phone 757-628-4648, Fax 757-628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676
 
E-Mail Address
Stephen.A.Clark@uscg.mil, Michael.E.Monahan@uscg.mil
 
Description
The United States 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). The estimated value of this procurement is between $250,000.00 and $500,000.00. 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 CHENA (WLR-75409), a 75-foot, river tender bout tender and 130-foot barge. The USCGC CHENA homeport is Hickman, KY. All work will be performed at contractor's facility. The USCGC CHENA is geographically restricted to the Western Rivers of the United States (see note below). The performance period will be forty nine (49) calendar days with an anticipated start date on or about 4 March 2008. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC CHENA (WLR-75409). This work will include, but is not limited to: Routine drydocking; Welding repairs; Remove, inspect, and reinstall propeller shafts; Remove, Inspect, and Reinstall Intermediate Shaft Straighten shaft; Renew water lubricating shaft bearings; Renew propeller shaft sleeves; Remove, Inspect, and Reinstall Propellers; Perform minor repair and reconditioning of propeller; Clean, inspect, repair and test grid coolers; Overhaul and renew valves; Remove, inspect, and reinstall rudder assembly; Rebuild rudderstock and rudder; Renew rudder lower bearing trunk; Preserve Spud and Spud Well Surfaces; Shrink Wrap Crane; Inspect various deck fittings; Preserve underwater body; Provide temporary logistics; Inspect and Overhaul Strainers; Preserve Shaft Alley, Sewage Hold, and Bridge Surfaces 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 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 intends to submit an offer on this acquisition, please respond by e-mail to 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. At least two (2) references are requested, but more are desirable. 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 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 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 October 12, 2007. 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. 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, will be posted on the FedBizOps website at http://www.fedbizopps.gov. GEOGRAPHICAL RESTRICTIONS: This requirement is restricted to the Western Rivers of the United States. The ?Western Rivers? means the navigable portions of the Mississippi river and its tributaries above mile 0 of the lower Mississippi river. Navigable tributaries of the Mississippi river include only the waterways within the area of jurisdiction of Coast Guard aids to navigation facilities as described in Light List Volume V (COMDINST M16502.5), and the Tennessee-Tombigbee waterways to the mouth of the Mobile River. This includes protected portions of the Intra Coastal Waterways connected to the ?Western Rivers,? but specially excluded unprotected or open waters such as Mobile bay, Lake Borgne, and the Gulf of Mexico.
 
Place of Performance
Address: Within the geographic restriction listed above., Western Rivers, United States,
Zip Code: 52050
Country: UNITED STATES
 
Record
SN01425897-W 20071003/071001223140 (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.