Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOURCES SOUGHT

Z -- USCGC OAK DOCKSIDE & REPAIR

Notice Date
12/15/2008
 
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
OAK-WLB211-2009
 
Archive Date
12/15/2009
 
Point of Contact
Stephen A Clark,, Phone: 757-628-4648, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
Stephen.A.Clark@uscg.mil, mildred.a.FIGUEREO@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, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for small businesses. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for Dockside repairs to the USCGC OAK (WLB-211), a 225 foot, B Class, Seagoing Buoy Tender. The USCGC OAK homeport is Charleston, SC. All work will be performed at the vessels home pier in Charleston, SC. The planned performance period is Forty Nine (49) calendar days with an anticipated start date on or about 4 May 2009. The scope of the acquisition is for this Dockside will include, but is not limited to: Clean Diesel Generators In-Place; Repair Supply Ventilation System; Clean Gaylord Hood Exhaust Ventilation System; Modify HVAC System; Modify Supply Ventilation System; Modify Buoy Crane Pedestal Heating and Ventilation System; Modify Laundry Exhaust Ventilation System; Upgrade ASW Piping; Clean, Inspect and Test Hot Water Accumulator Tank; Inspect and Test Air System Valves; Inspect and Test Air Receivers; Repair Cargo Hatch Repair Anchor Chains; Preserve Weather Decks; Preserve Hawse Pipes; Preserve Anchor and Anchor Chains; Reseal Latex Terrazzo or Cosmetic Polymeric Deck Covering System. 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 FAR 19.1404, if your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to Stephen.a.clark@uscg.mil or by fax (757) 628-4675. Questions may be referred to Stephen Clark at (757) 628-4645. 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 or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 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 December 30, 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 and 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, will be posted on the FedBizOps website at http://www.fbo.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44260cf8835612067b8daf9d38cbad7f&tab=core&_cview=1)
 
Place of Performance
Address: 1050 Register Street, Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN01718911-W 20081217/081215215218-44260cf8835612067b8daf9d38cbad7f (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.