Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
MODIFICATION

J -- Sources Sought for the Drydock Repairs to the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and/or USCGC KNIGHT ISLAND (WPB-1348).

Notice Date
7/13/2010
 
Notice Type
Modification/Amendment
 
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
101111-DD
 
Archive Date
7/29/2011
 
Point of Contact
Tomeka Evans, Phone: 757-628-4666, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
tomeka.evans@uscg.mil, susan.a.kreider@uscg.mil
(tomeka.evans@uscg.mil, susan.a.kreider@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, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), or for Small Businesses. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform drydock and repairs to the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and USCGC KNIGHT ISLAND (WPB-1348), all 110' Work Patrol Boats. The government may award one or multiple contracts as a result of the solicitation. Contractors will be allowed to submit quotes for one or multiple vessels. The vessels are geographically restricted to a facility located within an area no greater than 906 nautical miles one-way and 1,812 nautical miles roundtrip from Key West, Florida. The USCGC PEA ISLAND and USCGC KNIGHT ISLAND's homeport is Key West, Florida, and the USCGC OCRACOKE and USCGC NANTUCKET's homeport is St. Petersburg, Florida. The anticipated Period of performance is sixty-six (66) calendar days and is as follows: USCGC PEA ISLAND, November 10, 2010 - January 14, 2011 USCGC OCRACOKE, February 23, 2011 - April 29, 2011 USCGC NANTUCKET, May 18, 2011 - July 22, 2011 USCGC KNIGHT ISLAND, August 17, 2011 - October 21, 2011 The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and/or USCGC KNIGHT ISLAND (WPB-1348). This work may include, but is not limited to: Routine Drydocking, Provide Temporary Logistics, Clean and Inspect Fuel Service Tanks, Clean and Inspect Fuel Stowage and Overflow Tanks, Clean and Inspect Oil and Oily Waste Tanks, Clean and Inspect Sewage Collection and Holding Tanks, Clean and Inspect Grey Water Collection and Holding Tanks, Perform Air Test of Interior Compartments, Clean Sewage Piping System, Clean Grey Water Piping System, Clean and Disinfect Potable Water Tanks, Preserve and Disinfect Potable Water Tanks - Partial or 100%, Preserve Sewage Collection and Holding Tank - Partial or 100%, Preserve Grey Water Collection and Holding Tank - Partial or - 100%, Preserve Oil and Oily Water Tanks - Partial or 100%, Inspect MDE Exhaust System, Remove, Inspect, and Reinstall Propellers, Repair Propeller Root Erosion, Remove, Inspect, and Reinstall Propeller Shafts, Overhaul Mechanical Shaft Seal Assemblies, Renew Water-Lubricated Propeller Shaft Bearings, Clean and Inspect Heat Exchangers, Overhaul and Renew Sea Valves, Overhaul and Renew Firemain Valves, Overhaul and Renew Bilge and Ballast Valves, Overhaul Duplex Sea Strainers, Overhaul Stabilizing Fins, Overhaul Steering Gear Components, Remove, Inspect and Reinstall Rudder Assemblies, Inspect and Maintain Cathodic Protection System, Renew CAPAC Anode Assembly, Renew Speed Doppler and Overhaul Doppler Valve, Renew Depth Indicating Transducer, Preserve Underwater Body - Partial or 100%, Preserve Stern Tubes, Perform Ultrasonic Thickness Measurements, Perform Aluminum Hull and Structural Repairs - 1/4", 3/16", or 5/16" Plate, Perform Hull and Structural Plating Repairs -Crack, Eroded Weld, or Overlay Welding (Aluminum), Perform Steel Hull and Structural Plating Repairs - 5, 7.5, or 7.65 Pound, Perform Hull and Structural Plating Repairs - Crack, Eroded Welds, or Overlay Welding (Steel), Repair and Preserve Forward Peak Compartment, and Preserve Forward Void, Preserve Bilge Surfaces in Forward Auxiliary Machinery Space-Partial, Preserve Bilge Surfaces in Aft Machinery Space, Renew Both Ship Service Diesel Generators, Preserve Port & Starboard Strut Cofferdams - 100%, Preserve and Insulate Aft Steering Compartment, Perform Structural Repairs - Install Deck Grating System in Forepeak and Renew Deck Drain Cup Assembly, Preserve Freeboard - 100%, Preserve Superstructure, Perform Hull and Structural Plating Repairs -Corrugated Plate (4.0-Pound), Perform Steel Structural Member Repairs -1" x 3" Steel T-Bar Framing, Composite Labor Rate, Clean, Inspect, and Preserve Engineroom Bilge Surfaces, Renew A/C Handlers, Renew A/C Condenser, Renew Main Diesel Engine, Preserve Port & Starboard Cofferdams - 100%, GFP Report, and Laydays. 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 19.502, 19.1305 and FAR 19.1405, if your firm is a small business, HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to tomeka.evans@uscg.mil or by fax at (757) 628-4676. In your response you must include (a) a positive statement of your intention to submit a quote for this solicitation as a prime contractor; (b) the name of the cutter(s) which you intend to submit a quote (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (d) 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 July 23, 2010 at 4:30 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, SDVOSB set-aside, or small business set-aside, will be posted in the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/101111-DD/listing.html)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., United States
 
Record
SN02203930-W 20100715/100713234945-2103582cfbf68e8fa9b1b740b4fbc45c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.