Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOURCES SOUGHT

J -- CGC TAHOMA EDD

Notice Date
9/12/2008
 
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
CGCTAHOMAEDD
 
Archive Date
9/15/2009
 
Point of Contact
Viki J Frey,, Phone: 757-628-4644, Michael E Monahan,, Phone: 757-628-4639
 
E-Mail Address
Viki.J.Frey@uscg.mil, michael.e.monahan@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for EMERGNECY DRYDOCK repairs to the USCGC TAHOMA (WMEC-908), a 270 foot “B” Class Cutter. The USCGC TAHOMA (WMEC-908) is located at Little Creek Amphibious Base, Norfolk, Virginia. A geographic restriction for this vessel not to leave the lower Chesapeake Bay area has been requested. The performance period will be TWENTY-ONE (21) calendar days with a start date on or about 22 SEPTEMBER 2008. If you are interested in this availability, but the start date of 22 September 2008 is not realistic for your company, please provide an alternate start date. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC TAHOMA (WMEC-908). This work will include, but is not limited to: (1) Welding Repairs; (2) Structural Damage to the Starboard transom; (3) Three main transom stiffeners have failed; (4) Shell plate is completely buckled; (5) Transom areas have not been able to be inspected due to bent hull plate. 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, this acquisition is expected to be issued Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Viki.J.Frey@uscg.mil or by fax (757) 628-4676/4675. Questions may be referred to Viki Frey at (757) 628-4644. 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, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or FAR 52.214-6, 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 15 SEPTEMBER 2008. 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 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=126dccfa03551f34bb30dd1cfc2e875e&tab=core&_cview=1)
 
Record
SN01669655-W 20080914/080912223955-126dccfa03551f34bb30dd1cfc2e875e (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.