Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOURCES SOUGHT

J -- Sources Sought for 2008 Drydock Repairs of the USCGC Brant (WPB-87348)

Notice Date
12/18/2007
 
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
070708-DD
 
Response Due
12/28/2008
 
Archive Date
12/18/2008
 
Point of Contact
Tomeka Evans, Contracts Specialist, Phone 757-628-4666, Fax null, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676
 
E-Mail Address
tomeka.evans@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 for Small Businesses. 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 acquisition is to dry dock and repair the USCGC BRANT (WPB-87348), an 87 FOOT PATROL BOAT. The homeport of the vessel is Corpus Christi, Texas. The performance period is FORTY-TWO (42) calendar days and is expected to begin on or about 7 JULY 2008 and end on or about 18 AUGUST 2008. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC BRANT (WPB-87348). This work will include, but is not limited to: welding repairs, clean and inspect fuel and waste oil tanks (excludes disposal), clean and inspect sewage and grey water tanks, realign main engine/reduction gear, remove, inspect, and reinstall propeller shafts, perform stern tube/strut alignment inspection, remove, inspect, and reinstall propellers, renew transducers and preserve transducer hull rings, overhaul simplex sea strainers, remove, inspect, and reinstall rudder assemblies, preserve forepeak compartment, preserve RHIB wet notch deck and stern door interior surface, preserve underwater body, visual inspection of coating system, paint draft marks, preserve freeboard, renew cathodic protection system, inspect transducer fairing, routine dry docking, provide temporary logistics, ultrasonic thickness measurements (includes 200 UT shots), renew main diesel engine exhaust concentric rings, install AFFF bilge sprinkler system, install A/C rupture disk overboard vent line, preserve peak compartment, overhaul and renew valves, renew three (3) inch seachest valve flange and up to one (1) foot of associated piping, renew eight (8) inch seachest valve flange and up to one (1) foot of associated piping, preserve main deck, composite labor, and laydays. 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 a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to tomeka.evans@uscg.mil or by fax at (757) 628-4676. 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. At least two references are requested, but more are desirable. Your response is required by December 28, 2007 at 4:30 pm, EST. 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 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, Service Disabled Veteran-owned Small Business set aside or 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, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
 
Place of Performance
Address: The place of performance is at the contractor's facility.
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01471922-W 20071220/071218223519 (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.