Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOURCES SOUGHT

J -- Sources Sought for 2009 Drydock Repairs of the USCGC Juniper (WLB-201)

Notice Date
11/5/2008
 
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
053009-DD
 
Archive Date
11/27/2009
 
Point of Contact
Tomeka Evans,, Phone: 757-628-4666, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
tomeka.evans@uscg.mil, mildred.a.FIGUEREO@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 $750,000.00 and $1,000,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC Juniper (WLB-201), a 225 foot “A” class seagoing buoy tender. The homeport of the vessel is Newport, Rhode Island. The performance period is sixty-eight (68) calendar days and is expected to begin on or about March 30, 2009. The vessel’s availability will be geographically restricted a facility no greater than 630 miles from the cutter’s homeport. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC Juniper (WLB-201). This work will include, but is not limited to: clean and inspect chain lockers, remove, inspect, and install propeller shafts, overhaul stern tube seal assembly, inspect controllable pitch propeller system, install water quality package and modify stern tube seawater supply system, renew depth indicating transducers, overhaul and renew sea valves, clean, inspect, and preserve sea bay, remove, inspect, and install rudder assembly, hydraulic chain stopper maintenance, perform anchor, anchor chain, and ground tackle maintenance, preserve foc’sle weather deck, renew auxiliary seawater piping, preserve chain lockers – partial, preserve stern tubes, preserve buoy working areas, preserve underwater body – 100%, preserve freeboard – 100%, inspect and maintain Cathodic protection system, routine drydocking, provide temporary logistics, inspect thruster units, 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. 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 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 November 20, 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 on the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27e6f95f63d8ef4242877e0fdfe9d628&tab=core&_cview=1)
 
Place of Performance
Address: The place of performacne will be at the contractor's facility., United States
 
Record
SN01701166-W 20081107/081105215312-27e6f95f63d8ef4242877e0fdfe9d628 (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.