Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
SOURCES SOUGHT

J -- USCG ANT GALVESTON (55103) 11 DRYDOCK REPAIR

Notice Date
10/7/2010
 
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
ANTGALVESTON(55103)11DD
 
Archive Date
12/20/2010
 
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 Repair of the USCG ANT GAVELSTON (CG 55103), a 55' AIDS TO NAVIGATION BOAT. Work shall be performed at the contractor's facility. The performance period will be Ninety (90) calendar days with a start date on or about 20 December 2010. Geographical Restriction: Restricted to an area no greater than 200 nautical miles from the ANB's home station, on navigable waterways and no greater than 20 nautical miles off shore. Home Station: Coast Guard ANT GALVESTON, 3000 Fort Point Road, Galveston, TX 77550. The scope of work for this acquisition is but not limited to: Provide General Welding (Aluminum/Steel); Routine Dry-docking; Temporary Logistics; OEM Certified Tech Rep Service; Clean and Inspect Exhaust Piping; Renew Rudder Guard; Inspect Work Platform; Perform (100) Ultrasonic Testing (UT) Shots; Inspect Rub Rail/Fendering; Remove and Install Rub Rail/Fendering; Inspect Accessible Spaces; Inspect Accessible Voids; Pressure Test Inaccessible Voids; Clean and Inspect Diesel Fuel Tank; Inspect Watertight Closures; Remove and Install Watertight Closures; Inspect Weather-tight Closures; Remove and Install Weather-tight Closures; Inspect Mast; Remove and Install Main Diesel Engine; Align Main Diesel Engine; Inspect PTO; Remove and Install PTO; Remove and Install Reduction Gear; Remove and Install Shaft Packing Stuffing Box; Renew Propeller Shaft Packing; Remove and Inspect Propeller Shaft; Remove and Install Propeller Shaft Coupling; Fit and Face Propeller Shaft Coupling; Renew Stern Tube; Renew Strut; Renew Water Lubricated Shaft Bearings; Remove and Install Propeller; Inspect Engine Stop Control Cable; Inspect Engine Throttle Control cable; Inspect Sea Strainers; Inspect Exhaust Muffler; Remove and Install Exhaust Muffler; Renew Exhaust Muffler; Inspect Engine Fuel Filter-Water Separator; Clean and Inspect SSDG Generator; Remove and Install SSDG Generator Set; Renew Batteries; Inspect Boat-side Shore-tie Receptacle; Remove and Install Boat-side Shore-tie Receptacle; Inspect Electrical Distribution Panels; Renew Isolation Transformer; Inspect Exterior Lights; Inspect Air Horn; Remove and Install Air Horn Compressor; Inspect Interior Hull Insulation; Renew Interior Hull Insulation; Remove and Install Heating and Defrosting System; Inspect Air Conditioning Unit; Remove and Install Air Conditioning Unit; Remove and Install cooler; Renew Sea Valves; Clean and Inspect Grease Trap; Inspect Bilges; Preserve Bilges; Inspect Bilge Pump; Renew Bilge Pump; Test Electric Bilge Pump Switches; Inspect Potable Water Tank; Preserve Potable Water Tank; Renew Fuel Valves; Inspect and Service Air Compressor; Inspect and Service Compressed Air System; Hydrostatic Test Halo Cylinders; Clean and Inspect Steering Hydraulic Oil Tank; Inspect Steering System; Clean and Inspect Buoy Handling Hydraulic Tank; Remove, Inspect and Install Rudder; Buoy Handling Equipment (Level II); Inspect Chain Stopper; Install Chain Stopper (TCTO TP2000); Clean and Inspect Grey Water Tank; Clean and Inspect Sewage Holding Tank; Inspect Handrails; Inspect Deck House Windows; Renew Windows; Renew Wipers; Apply Hull Identification Markings; Inspect Planking and Girders; Remove and Install Planking and Girders; Preserve Underway Body; Preserve Accessible Space Bilge/Void; Preserve Buoy Deck; Preserve Fore Deck; Preserve Freeboard; Preserve Superstructure and Renew Exterior Non-slip Pads. 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 your firm is SDVOSB and intends to submit an offer on this acquisition please respond by e-mail to Darla.K.O'Neal@uscg.mil. Questions may be referred to Darla O'Neal at (757) 628-4537. 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 14 October 2010, 2:00 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/ANTGALVESTON(55103)11DD/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02308388-W 20101009/101007234544-f61d323974cc605af41f5b5f6f278b64 (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.