Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOURCES SOUGHT

J -- USCGC HOLLYHOCK (WLB-214)

Notice Date
3/23/2009
 
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
HSCG80-09-Q-3FAG96
 
Archive Date
3/31/2010
 
Point of Contact
Tracey M. Strawbridge,, Phone: 7576284657
 
E-Mail Address
tracey.strawbridge@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 $1,000,000 and $5,000,000. 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 HOLLYHOCK (WLB-214), a 225 FOOT B CLASS SEAGOING BUOY TENDER which is home ported in Port Huron, Michigan. 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 Great Lakes. Great Lakes homeported WLB’s primary mission is ice breaking and aids to navigation work on the Great Lakes. Due to the transit out of the St. Lawrence Seaway and down the U.S. East Coast, an availability outside of the Great Lakes will further reduce the number of days away from homeport available for operations. Additionally, physical access to contractor facilities outside of Great Lakes is limited by seasonal openings of the Great Lakes and St. Lawrence Seaway. The performance period will be SEVENTY-ONE (71) calendar days with a start date on or about 22 JUNE 2009. The scope of the acquisition is for the following aboard the USCGC HOLLYHOCK (WLB-214): 1)Clean and Inspect Media and Grey Water Collection and Holding Tanks 2)Clean and Inspect Chain Lockers 3)Adjust MDE Vibration Isolation Mounts 4)Overhaul Stern Tube Seal Assembly 5)Renew the Controllable Pitch Propeller Hub and Blades and Flush System 6)Stern Tube Seawater Supply Modifications, Renew Depth Indicating Tranducers 7)Renew Speed Doppler 8)Clean Shipboard Ventilation Systems 9)Preserve Sea Bay – 100% 10)Repair Thrusters 11)Preserve Thruster Tunnels 12)Inspect Thruster Units 13)Preserve Hawse Pipes 14)Inspect and Repair Anchor Chains and Ground Tackle 15)Preserve Anchors and Anchor Chains 16)Perform Anchor Windlass Maintenance 17)Preserve Ballast Tanks – 100% 18)Preserve Freeboard Surfaces – Partil (In Drydock) 19)Preserve Underwater Body – 100% 20)Repair Cathodic Protection System 21)Routine Drydocking 22)Preserve and Disinfect Potable Water Tanks -100% 23)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. 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 a SDVOSB, or 19.501 a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to tracey.strawbridge@uscg.mil or by fax (757) 628-4676. Questions may be referred to Tracey Strawbridge at (757) 628-4657. 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 30 March 2009 at 2:00 PM 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=805e0c1d0a1f1a931a41a9d9c6ce073b&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01775267-W 20090325/090323215224-805e0c1d0a1f1a931a41a9d9c6ce073b (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.