Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOURCES SOUGHT

J -- Sources Sought for the 2011 Drydock Repairs to the USCGC BLUEFIN (WPB-87318)

Notice Date
8/3/2010
 
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
01262011-DD
 
Archive Date
8/28/2010
 
Point of Contact
Amanda J. Myers, Phone: 7576284660, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
amanda.j.myers@uscg.mil, susan.a.kreider@uscg.mil
(amanda.j.myers@uscg.mil, susan.a.kreider@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 to the USCGC BLUEFIN (WPB-87318) 87-FOOT PATROL BOAT. The vessel has a Geographical Restriction of 864 nautical miles one-way or 1728 nautical miles round-trip from its homeport of Fort Pierce, FL. All work will be performed at the contractor's facility. The performance period will be FORTY-FIVE (45) calendar days with a start date on or about 26 January 2011 through 11 March 2011. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC BLUEFIN (WPB-87318) 87-FOOT PATROL BOAT. This work will include, but is not limited to: 1. Perform Ultrasonic Thickness Measurements 2. Perform Hull and Structural Plating Repairs 3. Clean and Inspect Dirty Oil Tank 4. Clean and Inspect Oily Water Tank 5. Clean and Inspect Fuel Service Tanks 6. Clean and Inspect Grey Water Tank 7. Clean and Inspect Sewage Tank 8. Clean and Grey Water Piping 9. Clean and Sewage Piping 10. Inspect Pilothouse Deck 11. Remove, inspect, and reinstall RHIB Notch Skid Pads 12. Renew RHIB Notch Skid Pad Studs 13. Realign Main Engine/ Reduction Gear 14. Remove, Inspect, and Reinstall Shafts 15. Repair Shaft 16. Straighten Shaft 17. Renew Intermediate Water Lubricated Shaft Bearing 18. Renew Aft Water Lubricated Shaft Bearing 19. Renew Intermediate Bearing Carrier 20. Renew Aft Bearing Carrier 21. Remove, Inspect, and Reinstall Propellers 22. Perform Minor Repair and Recondition Propeller 23. Renew Depth Indicating Transducer 24. Renew Sea Valves and Inspect Associated Piping and Strainers 25. Remove, Inspect, and Reinstall Assemblies 26. Remove, Inspect, and Reinstall Stern Launch Door and Inspect Door Pivot Pins, Bushings, and Washers 27. Preserve Underwater Body - "Partial" 28. Preserve Underwater Body - "100%" 29. Preserve Stern Tubes 30. Modify and Renew Cathodic Protection System 31. Renew Transducer Fairing 32. Routine Drydocking 33. Provide Temporary Logistics 34. Modify and Preserve Forepeak 35. Preserve Bilge Surfaces in the Lazarette 36. Preserve Main Deck Surfaces 37. Preserve Engine Room Bilges -Partial 38. Preserve Bulkheads in Lazarette 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 your 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 Amanda.J.Myers@uscg.mil or by fax (757) 628-4676. Questions may be referred to Amanda Myers at (757) 628-4660. 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 amount, 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 August 13, 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/01262011-DD/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02227790-W 20100805/100804000214-26d4ba533477c702f5209893b4bace39 (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.