Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOURCES SOUGHT

J -- USCGC RELIANCE DOCKSIDE REPAIRS

Notice Date
5/16/2008
 
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, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
WMEC-615
 
Point of Contact
Mildred A Anderson,, Phone: (757)628-4637, Vanessa A Nemara,, Phone: 757-628-4634
 
E-Mail Address
mildred.a.anderson@uscg.mil, vanessa.a.nemara@uscg.mil
 
Small Business Set-Aside
N/A
 
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 $200,000.00 and $500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is for dock side repairs to the USCGC RELIANCE (WMEC-615), a 210 Foot “A” Class Medium Endurance Cutter. The homeport of the vessel is Portsmouth, NH. The performance period is thirty three (33) calendar days and is expected to begin on or about 15 Septemeber 2008 and end on or about 18 October 2008. The scope of the acquisition is for the cleaning, inspecting, and renewing of various items aboard the USCGC RELIANCE (WMEC-615). This work will include, but is not limited to: clean and inspect oily water separator tank, clean and inspect fuel stowage and overflow tanks, clean exhaust piping, inspect lube oil and jacket water piping and renew pipe insulation, repair filter housings, renew sea strainers, overhaul and renew fireman valves, overhaul and renew asw valves, inspect chill water, hot water, and fire main piping and renew pipe insulation, clean, inspect, and test hot water accumulator tank and hydro-pneumatic tank, and install new deck covering systems. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305 and FAR 19.1405, 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 in a letter either by e-mail to mildred.a.anderson@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 May 23, 2008 at 12:00 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. Mildred Anderson at (757) 628-4637.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ab900366dacbeac6cd2acba61a8cecf7&tab=core&_cview=1)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Portsmouth, New Hampshire, 03804, United States
Zip Code: 03804
 
Record
SN01575521-W 20080518/080516221408-ab900366dacbeac6cd2acba61a8cecf7 (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.