Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOURCES SOUGHT

J -- TORNADO FY10 DD

Notice Date
3/1/2010
 
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
080210-DD
 
Archive Date
3/7/2011
 
Point of Contact
Tracey M. Strawbridge, Phone: 7576284657
 
E-Mail Address
tracey.strawbridge@uscg.mil
(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 TORNADO (WPC-14), a 179 FOOT CYCLONE CLASS PATROL COASTAL which is home ported in Pascagoula, MS. The contractor shall perform all work at the Contractor's facility. The performance period will be Ninety (90) calendar days with a start date on or about 2 August 2010 and completion of approximately 31 October 2010. The scope of the acquisition is for the following aboard the USCGC TORNADO (WPC-14): 1-D Perform Ultrasonic Thickness Measurements 2-D Clean and Inspect Fuel and Oil Tanks (Includes Disposal) 3-D Clean and Inspect Sewage and Grey Water Collection and Holding Tanks 4-D Remove, Inspect, and Reinstall Propeller Shafts 5-D Straighten and Repair Shafts 6-D Renew Shaft Bearings 7-D Remove, Inspect, and Reinstall Propellers 8-O Repair Propeller Root Erosion 9-D Overhaul Stabilizing Fins 10-D Remove, Inspect, and Reinstall Rudder Assemblies 11-D Inspect and Preserve Anchor & Anchor Chain 12-D Combatant Craft Retrieval System Maintenance 13-D Clean Sewage and Grey Water Piping Systems 14-O Renew 5 LF of CHT piping 15-D Preserve Chain Locker & Anchor Windlass Room Surfaces 16-D Preserve Various Bilges 17-D Preserve and Disinfect Potable Water Tanks 18-D Preserve Ballast Tanks and Voids 19-D Preserve Boat Well and Stern Door Interior Surfaces 20-D Preserve Underwater Body - "Partial" 21-D Preserve Freeboard 22-D Inspect and Maintain Cathodic Protection System 23-D Routine Drydocking 24-D Provide Temporary Logistics 25-D Inspect Remote Operated Valve Gear (Reach Rod Assemblies) 26-D Install New Deck Covering Systems 27-D Relocate Main Switchboard Fuse Holder (ShipAlt 10D) 28-D Battery Isolator Replacement (ShipAlt 78E) 29-D Renew Structural Closures 30-D Preserve Weather Decks 31-D Overhaul J - Bar Davits 32-D Fabricate Fwd Ready Service Locker 33-D Renew Sea Valves 34-D Inspect & Repair Liquid Intrusion into CO Stateroom (1-25-1-L) & XO Stateroom (1-26-2-L) 35-D Clean & Inspect Nr 1 SSDG Exhaust Piping 36-D Clean Shipboard Ventilation Systems and Air Handlers 37-D Renew Weather Deck Fire Station 38-D Clean Firemain Water Piping Systems 39-D Clean Potable Water Piping Systems 40-D Clean Fuel Oil Piping Systems 41-O Renew 5 LF of Firemain System Piping 42-O Renew 5 LF of Potable Water System piping 43-O Renew 5 LF of Fuel Oil System piping 44-D Inspect & Repiar Sea Chest & Renew Waster Sleeves & Strainer Screens 45-D Isolate SSDG Governor Power System 46-D Install additional Lighting in Steering Compartment 47-D Modify Jacket Water Recovery System 48-D Apply Cavitation Prevention Coating 49-D Repair Pilot House Window A-O Composite Labor Rate B-D GFP Report - NSP Z-O Laydays This solicitation may contain welding line items as either Definitive or Optional Items. With his/her quote the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and MLCA Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. 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 tracey.strawbridge@uscg.mil or (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 8 March 2010 at 11:00 AM 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/080210-DD/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02079193-W 20100303/100301234757-468b2842188cf74035d8a41ffc833936 (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.