Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOURCES SOUGHT

J -- CGC SLEDGE 09 DOCKSIDE REPAIRS

Notice Date
3/26/2009
 
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
CGCSLEDGE09DSSOURCESSOUGHTNOTICE
 
Archive Date
8/28/2009
 
Point of Contact
Louis J Romano,, Phone: (757)628-4651, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
louis.j.romano@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 for dockside repairs to the USCGC SLEDGE (WLIC-75303), a 75 FOOT B CLASS CONSTRUCTION BUOY TENDER AND 84 FOOT BARGE at the U.S. Coast Guard Yard, Curtis Bay, Maryland. The performance period is TWENTY-SIX (26) calendar days and is expected to begin on or about 06 JULY 2009 and end on or about 31 JULY 2009. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC SLEDGE (WLIC-75303) AND BARGE. This work will include, but is not limited to: clean and disinfect potable water tanks, renew barge modine heater supply piping brackets, clean shipboard ventilation system – galley, clean shipboard ventilation system – laundry, renew barge fuel tank ventilation gooseneck, renew sewage piping, renew fuel oil tank supply piping, inspect and test air receivers, inspect and test air system valves, inspect and test steering system relief valves, renew barge crossdeck winches, renew barge spud winches, boat boom maintenance, clean sewage piping system, inspect various deck fittings, upgrade barge main access ladder, install new deck covering system(s), reseal cosmetic polymeric deck covering systems, preserve potable water tanks 2-15-0-W – partial, preserve potable water tank 2-35-0-W – partial, composite labor rate, GFP report and travel and pr diem. 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 Louis.J.Romano@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. 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 April 03 2009 at 1:00 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=358e86c311e9a1fb1f05a5a2c4150178&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Curtis Bay, Maryland, 21226-1797, United States
Zip Code: 21226-1797
 
Record
SN01778600-W 20090328/090326220126-358e86c311e9a1fb1f05a5a2c4150178 (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.