Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOLICITATION NOTICE

J -- DECK MACHINERY TECHNICAL MAINTENANCE AND SUPPORT

Notice Date
12/12/2007
 
Notice Type
Solicitation Notice
 
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-MACKDECKMACH
 
Response Due
12/31/2007
 
Archive Date
12/31/2008
 
Point of Contact
Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676
 
E-Mail Address
Sandra.A.Martinez@uscg.mil, Vanessa.A.Nemara@uscg.mil
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or Small Businesses. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for Deck Machinery Technical Support for the USCGC MACKINAW (WLBB 30). The USCGC MACKINAW is home ported in CHEBOYGAN, MI. The contractor shall provide all personnel, labor, materials and equipment (except for Government Furnished property) required to maintain and support all of the Buoy Deck Handling Equipment on the USCGC MACKINAW. Support services shall include but shall not be limited to the following (1) Annual on-site Buoy Deck Equipment Assessments, (2) Technical Support for remote troubleshooting diagnostic, (3) Technical Representative?s on site visits, (4) hardware, software and technical documentation configuration management. The following are the core system components and shall be referred to as the System throughout the scope of the work: Buoy Crane (Model EB-480-60-40), Mechanical Chain Stopper, Hydraulic Chain Stopper, Cross Deck Winch, Buoy Chain Winch, Anchor Windlass, Mooring Winch, Davit (model RAD30-15.5), Warping Capstan, Dual Point Davit (Model TW-PIV5-0A), and Buoy Deck Tie Downs / padeyes. In addition, the Government may require the conduct of engineering analyses to support system/component design changes, hardware and software modifications, or related efforts. Such analyses may include but are not limited to feasibility studies, inspection reports, reports of onboard technical surveys, specification development, failure analyses, etc. 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 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 sandra.a.martinez@uscg.mil or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. 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. 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, 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. Your response is required by December 31, 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 Businees 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.fedbizopps.gov/.
 
Place of Performance
Address: CHEBOYGAN, MI
Zip Code: 49721
Country: UNITED STATES
 
Record
SN01468352-W 20071214/071212223353 (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.