Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOURCES SOUGHT

J -- USCGC FORWARD DOCKSIDE

Notice Date
4/15/2010
 
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
041510
 
Archive Date
5/7/2010
 
Point of Contact
Angel C.Rhone, Phone: 7576284640
 
E-Mail Address
angel.c.rhone@uscg.mil
(angel.c.rhone@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 USCGC FORWARD DOCKSIDE (WMEC-911) 270 FOOT B CLASS MEDIUM ENDURANCE CUTTER. The vessel is homeported at 4000 Coast Guard Blvd. Portsmouth, VA 23703. All work will be performed at the vessels home pier. The performance period will be TWENTY-FIVE (25) calendar days with a start date on or about 21 June 2010. The cost of this project will estimate between $50,000 and $1,000,000. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC FORWARD DOCKSIDE (WMEC-911) 270 FOOT B CLASS MEDIUM ENDURANCE CUTTER. This work will include, but is not limited to: 1 Clean Shipboard Ventilation System 2 <DELETED> 3 Warping Capstan, Perform Level II Maintenance 4 Clean and Inspect Sewage Collection and Holding Tanks 5 Clean and Inspect Grey Water Collection and Holding Tanks 6 Clean Grey Water Piping System 7 Clean Sewage Piping System 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 FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to angel.c.rhone@uscg.mil or by fax (757) 628-4676. Questions may be referred to Angel Rhone at (757) 628-4640. 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. Your response is required by 22 April 2010. 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 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/041510/listing.html)
 
Record
SN02123665-W 20100417/100415235700-9d096a4a03295a798dbea371afc09d4e (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.