Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOURCES SOUGHT

J -- DRYDOCK CGC GASCONADE (WLR-75401)

Notice Date
11/19/2008
 
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
FY09DDCGCGASCONADE
 
Archive Date
12/1/2009
 
Point of Contact
Lori L. Ellis, Phone: 757 628 4646, Michael E Monahan,, Phone: 757-628-4639
 
E-Mail Address
Lori.L.Ellis@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 the USCGC GASCONADE (WLR-75401), a 75 FOOT "C" CLASS RIVER BUOY TENDER. The 75 FOOT "C" CLASS RIVER BUOY TENDER (WLR-75401) is home ported in Omaha, NE. The contractor shall perform all work at the Contractor's facility. There is a geographic restriction for this dry-dock availability to a facility restricted to the Western Rivers of the United States (General). The "Western Rivers" means the navigable portions of the Mississippi River and it tributaries above mile markers 0 of the Lower Mississippi River. Navigable tributaries of the Mississippi River include only the waterways within the area of jurisdiction of Coast Guards aids to navigation facilities as described in Light List Volume V (COMDTINST M16502.5), and the Tennessee-Tombigbee Waterway to the mouth of the Mobile River. This Includes protected portions of the Intra Coastal Waterway connected to the "Western Rivers," but specially excludes unprotected or open waters such as Mobile Bay, Lake Borgne, and the Gulf of Mexico. (Specific) 01 November to 15 March south of Melvin Price Lock and Dam. The performance period will be FORTY-EIGHT (48) calendar days with a start date on or about 04 MAY 2009. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC GASCONADE(WLR-75401). This work will include, but is not limited to: Clean and Inspect Fuel Service Tanks (Barge); Clean and Inspect Fuel Service Tanks (Tender); Remove, Inspect, and Reinstall Propeller Shafts; Remove, Inspect and Reinstall Intermediate Shafts; Straighten Shaft; Renew Water-Lubricated Shaft Bearings; Renew Propeller Shaft Sleeve(s); Renew Shaft Strut Barrel; Remove, Inspect, and Reinstall Propellers; Perform Minor Repairs and Reconditioning of Propeller; Clean, Inspect, and Test Grid Coolers (Barge); Clean, Inspect, and Test Grid Coolers (Tender); Renew Sea Valves; Remove, Inspect and Reinstall Steering and Backing Rudder Assemblies; Rebuild Rudder Stock and Rudder; Renew Rudder Lower Bearing Truck; Shrink Wrap Crane; Shrink Wrap Small Boat Davit & Winch; Inspect Various Deck Fittings; Preserve Barge Buoy Deck; Preserve Underwater Body (Barge) 100%; Underwater Body (Barge) Partial; Preserve Underwater Body (Tender) 100%; Preserve Underwater Body (Tender) Partial; Preserve Barge Freeboard 100%; Preserve Tender Freeboard 100%; Routine DryDocking (Barge); Routine DryDocking (Tender); Provide Temporary Logistics; Perform Ultrasonic Thickness Measurements-Underwater Hull Plating (Barge); Perform Ultrasonic Thickness Measurements-Underwater Hull Plating (Tender); Renew Barge Engine Grid Cooler; Perform Facing Winch Repairs-Disassemble and Renew Various Components; and Perform Facing Winch Level 2 Inspect and Repair. 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 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lori.L.Ellis@uscg.mil or by fax (757) 628-4676/5. Questions may be referred to Lori Ellis at (757) 628-4646. 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 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 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 01 December 2008 1100 AM EST. 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=4762541f7ce55b1fef9c2143e38c51f2&tab=core&_cview=1)
 
Record
SN01707255-W 20081121/081119215545-4762541f7ce55b1fef9c2143e38c51f2 (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.