Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

J -- USCG ANT PADRE ISLAND 10 DD

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
USCGAntPadreIsland(CG55111)
 
Archive Date
2/26/2010
 
Point of Contact
Mia R Mayers, Phone: 757-628-4654
 
E-Mail Address
mia.r.mayers@uscg.mil
(mia.r.mayers@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 small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for Drydock Repairs of the Coast Guard ANT SOUTH PADRE ISLAND (CG 55111), a 55 Foot AIDS TO NAVIGATION BOAT. Work shall be performed at the contractor's facility. The performance period will be Sixty-One (61) calendar days with a start date on or about 29 March 2010. One Time Geographic Restriction Applies: Restricted to an area no greater than 280 nautical miles from the ANB's home station, on navigable waterways and no greater than 20 nautical miles off shore. Home Station: Coast Guard ANT SOUTH PADRE ISLAND, 1 Wallace Reed Road, South Padre Island, TX 78597. The scope of work for this acquisition is but not limited to: Welding Repairs (Aluminum); Ultrasonic Thickness (UT) Shot Inspection; Air Test Inaccessible Voids; Remove, Inspect and Reinstall Rub Rail System and Transom Fenders; Renew Shear Bar Rail Section; Realign Main Engine/Reduction Gear to Shaft; Remove, Renew, and Reinstall Propeller Shaft (s); Renew Stern Tube; Remove, Renew, and Reinstall Propeller (s); Renew or Overhaul Sea Valves; Inspect and Overhaul Duplex Sea Strainers; Renew Fuel Valves; Clean and Inspect Exhaust Piping System (s) (Renew Mufflers); Renew, Inspect, and Reinstall Rudder (s); Preserve and Disinfect Potable Water Tanks - 100%; Clean and Inspect Gray Water Holding and Sewage Tanks; Renew Starboard Stern Tube and Strut <CSMP-2008002>; Routine Drydocking; Provide Temporary Logistics; Preserve Underwater Body - "Partial"; Preserve Underwater Body - 100%; Preserve Freeboard - 100%; Preserve Weather Decks; Preserve Superstructure; Renew Shower Deck <CSMP-2008003>. 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 as a Small Business set- aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to Dorothy.Rawls@uscg.mil or by fax (757) 628-4675. Questions may be referred to Dottie Rawls at (757) 628-4636. 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, 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 27 January 2010, 12:00 p.m. (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, 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, SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at https://fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/USCGAntPadreIsland(CG55111)/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02046452-W 20100123/100121234911-b752df875c31f93f8d623c335d42fba7 (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.