Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOURCES SOUGHT

J -- ANT PANAMA CITY (BUSL 49415) DRYDOCK REPAIR

Notice Date
8/13/2010
 
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
ANTPANAMACITY(BUSL49415)
 
Archive Date
10/29/2010
 
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 PANAMA CITY (49415 BUSL), a 49 Foot Buoy Utility Stern Loading Boat. Work shall be performed at the contractor's facility. The performance period will be Sixty (60) calendar days with a start date on or about 30 November 2010. Restriction: Restricted to an area no greater than 140 nautical miles one way from the BUSL's home station, on navigable waterways and no greater than 30 nautical miles off shore. Home Station: Coast Guard ANT PANAMA CITY, 1700 Thomas Drive, Panama City, Florida 32408. The scope of work for this acquisition is but not limited to: Welding Repairs (Aluminum); Ultrasonic Thickness (UT) Shot Inspection; Additional Ultrasonic Thickness (UT) Shot Inspection; Renew Scuttles; Preserve Lazarette; Renew Buoy Deck Padeyes; Renew Fuel Piping; Renew Gooseneck Vents; Renew Handrails; Replace Anchor (TCTO TP0000.1); Replace Lazarette Hatch (TCTO TB6010); Inspect Rub Rail; Install Rub Rail Stud; Remove and Install Rub Rail; Clean & Inspect Diesel Fuel Tanks; Pressure Test Inaccessible Voids; Inspect Inaccessible Voids; Modify J/W Crossover Piping (TCTO TA5020); Remove, Inspect and Install Grid Cooler; Replace Reduction Gear Coupling (TCTO TA4000); Remove, Inspect and Install Propeller Shaft; Renew Propeller Shaft Seal; Renew Shaft Tube (Stern Tube); Renew Water Lubricated Bearings; Remove & Install Propeller; Renew Exhaust Muffler; Inspect Exhaust Piping; Renew Standard Hoses; Renew Sea Valves; Modify Sea Water Valves (TCTO BUSL 49 TM2000); Renew Fuel Valves; Hydro Service Air Compressor; Renew Service Air Compressor Relief Valve; Remove, Inspect and Install Rudder; Overhaul Chain Stopper; Clean & Inspect Grey Water Tank; Clean & Inspect Sewage Holding Tank; Clean & Inspect Potable Water Tank; Preserve Underwater Body; Preserve Accessible Void; Preserve Freeboard; Inspect Bilges; Preserve Bilges; Preserve Deck; Inspect Sea Strainer and Renew Stuffing tubes. 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 Darla.K.O'Neal@uscg.mil or by fax (757) 628-4562. Questions may be referred to Darla O'Neal. 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 23 August 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/ANTPANAMACITY(BUSL49415)/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02240151-W 20100815/100813235631-ebdeca1c9416e9d82438292bef0db58d (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.