Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOURCES SOUGHT

J -- CGC SHACKLE 09 DRYDOCK REPAIR

Notice Date
12/11/2008
 
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
CGCSHACKLE09DRYDOCKSOURCESSOUGHTNOTICE
 
Archive Date
5/11/2009
 
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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC SHACKLE (WYT-65609), a 65 FOOT B CLASS HARBOR TUG. The homeport of the vessel is South Portland, Maine. The performance period is FORTY-THREE (43) calendar days and is expected to begin on or about 04 MAY 2009 and end on or about 15 JUNE 2009. This acquisition is geographically restricted to an area no greater than 175 nautical miles from the cutter’s homeport of South Portland, ME. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC SHACKLE (WYTL-65609). This work will include, but is not limited to: provide access to various compartments for ship’s structure and machinery evaluation boar inspection, ultrasonic thickness (ut) shot inspection, clean and inspect sewage and grey water collection and holding tanks, remove, inspect and reinstall propeller shaft, straighten shaft, renew water-lubricated shaft bearings, remove, inspect and reinstall propeller, clean, inspect and test grid coolers, renew depth indicating transducer, renew sea valves, remove, inspect and reinstall rudder assembly, perform boat boom level 2 maintenance, clean sewage and grey water piping system, preserve underwater body – 100%, renew cathodic protection system, routine drydocking, provide temporary logistics, renew hull shell plating, renew steel deck plating, renew engineroom frame rails, test hull half pipes, preserve rudder post bearing, install ballast in main hold, install new grey water/sewage tank system, composite labor rate, gfp report and lay days. 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, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305 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 by e-mail to Tomeka.Evans@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666. 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 December 19 2008 at 4:00 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 or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e56e5d8a71310881c5fc9549fb49ed7&tab=core&_cview=1)
 
Place of Performance
Address: The vessel is geographically rstricted to an area no greater than 175 nautical miles form the vessels homeport of South Portland, Maine., United States
 
Record
SN01717728-W 20081213/081211220716-2e56e5d8a71310881c5fc9549fb49ed7 (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.