Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOURCES SOUGHT

J -- Dockside repairs to USCGC NORTHLAND (WMEC-904)

Notice Date
12/20/2007
 
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
HSCG80-08-Q-3FA010
 
Response Due
12/21/2007
 
Archive Date
12/31/2007
 
Point of Contact
Fredrick Baechle, Contracting Officer, Phone 757-628-4652, Fax 757-628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676
 
E-Mail Address
Frederick.B.Baechle@uscg.mil, Michael.E.Monahan@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 dockside repair the USCGC NORTHLAND (WMEC-904, A 270 foot(A) class medium endurance cutter. The homeport of the vessel is Porthmouth, VA. The performance period is fifty three (53) calendar days and is expected to begin on or about 4 February 2008 and end on or about1 29 February 2008. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC NORTHLAND (WMEC-904). This work will include, but is not limited to: Renew manhole access covers and surrounding deck plating, Renew structural closures, QAWTS (2), Renew various fantail deck penetrations, Renew tank air escape piping and sounding tube components, clean shipboard galley, scullery, and laundry ventilation systems, clean fan coil units, renew plenum space and stack ventilation ducting and renovate plenum spaces ,Install new engine room air intake moisture separators ,Overhaul vaneaxial fan and mortor assemblies, Renew exhaust vent system 1-16-1 and associated watertight ventilator 01-17-1, Install SSDG jacket water cooler duplex strainer and flow control system, Perform hydraulic articulating crane maintenance , renew helo tie-down fittings, Perform inspection and maintenance of talon helicopter landing grid. 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 Fredrick.B.Baechle@uscg.mil or by fax at (757) 628- 4676 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 21, 2008 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 F. Barat Baechle at (757) 628-4652.
 
Place of Performance
Address: C/O CG INTEGRATED SUPPORT CENTER, 400 COAST GUARD BLVD, PORTSMOUTH, VA 23703-2199 US
Zip Code: 23703-2199
Country: UNITED STATES
 
Record
SN01473862-W 20071222/071220223833 (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.