Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOURCES SOUGHT

20 -- DRYDOCK FOR USCGC YELLOWFIN 87 WPB_87319

Notice Date
9/23/2008
 
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
USCGCYELLOWFIN
 
Response Due
10/10/2008
 
Point of Contact
Nancy M Brinkman,, Phone: 757-628-4579, Michael E Monahan,, Phone: 757-628-4639
 
E-Mail Address
Nancy.M.Brinkman@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 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 NAICS Code is 336611. The acquisition is for DRYDOCK repairs to a USCGC YELLOWFIN (WBP-87319), 87 FOOT PATROL BOAT. The vessel is homeported in Charleston, SC. All work will be performed at the contractor’s facility. The performance period will be FORTY-TWO (42) calendar days with a start date on or about 4 May 2009 through 15 June 2009. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC YELLOWFIN (WPB-87319), 87 FOOT PATROL BOAT. This work will include, but is not limited to: 1.Preserve Bilge Surfaces in the Lazarette. 2.Preserve Forward Engine Room Pocket Surface. 3.Preserve Mast. 4.Clean and Inspect Fuel Service Tanks. 5.Remove, Inspect and Reinstall Rudder Assemblies. 6.Remove, Inspect and Reinstall Propeller Shafts. 7.Clean Grey Water Piping System. 8.Install AFFF Bilge Sprinker System. 9.Preserve Underwater Body. 10.Perform Ultrasonic Thickness Measurements. 11.Overhaul and Renew Sea Valves. 12.Clean and Inspect Sewage. 13.Clean and Inspect Grey Water Collection and Holding Tanks. 14.Preserve Stern Tubes. 15.Remove, Inspect, and Reinstall Propellers. 16.Renew Depth Indicating Transducer. 17.Clean and Inspect Simplex Sea Strainers. 18.Clean Sewage Piping System. 19.Inspect Sea Chest Riser Piping and Flanges. 20.Routine Drydocking. 21.Provide Temporary Logistics. 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, 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 Nancy.M.Brinkman@uscg.mil or by fax (757) 628-4676. Questions may be referred to Nancy Brinkman at (757) 628-4579. 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. Your response is required by October 10, 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 an unrestricted acquisition. 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=4571c2c154d7e488d84d3cc41a7b389c&tab=core&_cview=1)
 
Place of Performance
Address: contractors location, United States
 
Record
SN01679089-W 20080925/080923220638-4571c2c154d7e488d84d3cc41a7b389c (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.