SOURCES SOUGHT
20 -- DRYDOCK CGC BARRACUDA
- Notice Date
- 11/17/2010
- 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
- DDCGCBARRACUDA
- Archive Date
- 11/29/2011
- Point of Contact
- Lori L. Ellis, Phone: 757 628 4646, Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@uscg.mil
(Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@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 Dry Dock Repairs to the USCGC BARRACUDA (WPB-87301), an 87' Patrol Boats. The 87 FOOT PATROL BOAT is home ported in Eureka, CA. The contractor shall perform all work at the contractor's facility. There is a geographic restriction for this dry-dock availability to a facility in the Northern California (North of San Francisco Bay) United States West Coast, Columbia River and South. The performance period will be Forty-Four (44) calendar days with a start date on or about MAY 11, 2011. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC BARRACUDA (WPB-87301). This work may include, but is not limited to: (1-D)Perform Ultrasonic Thickness Measurements (2-O)Perform Ultrasonic Thickness Measurements (3-O)Perform Hull and Structural Plating Repairs in Various Compartments - Eroded Welds (Steel) (4-D)Clean and Inspect Dirty Oil Tank (5-D)Clean and Inspect Oily Water Tank (6-D)Clean and Inspect Fuel Service Tanks (7-D)Clean and Inspect Grey Water Tank (8-D)Clean and Inspect Sewage Tank (9-D)Clean Grey Water Piping System (10-D)Clean Sewage Piping System (11-D)Inspect Pilothouse Deck (12-D)Inspect RHIB Notch Skid Pads (13-O)Renew RHIB Notch Skid Pad Studs (14-O)Realign Main Engine/Reduction Gear (15-D)Remove, Inspect, and Reinstall Propeller Shafts (16-O)Repair Shaft (17-O)Straighten Shaft (18-O)Renew Intermediate Water-Lubricated Shaft Bearing (19-O)Renew Aft Water-Lubricated Shaft Bearing (20-O)Renew Intermediate Bearing Carrier (21-O)Renew Aft Bearing Carrier (22-D)Remove, Inspect, and Reinstall Propellers (23-D)Perform Minor Repair and Recondition of Propeller (24-D)Renew Depth Indicating Transducer (25-D)Renew Sea Valves and Inspect Associated Piping and Strainers (26-D)Remove, Inspect, and Reinstall Rudder Assemblies (27-D)Remove, Inspect and Reinstall Stern Launch Door, and Inspect Door Pivot Pins, Bushings, and Washers (28-O)Preserve Underwater Body - "Partial" (29-O)Preserve Underwater Body - "100%" (30-O)Preserve Stern Tubes (31-D)Modify and Renew Cathodic Protection System (32-O)Renew Transducer Fairing (33-D)Routine Drydocking (34-D)Provide Temporary Logistics (35-D)Modify and Preserve the Forepeak (EC 087-A-033) (36-D)Install Dirty Oil Tank level Indicator (EC 087-B-039) (37-D) Engine Exhaust Pipes, Renew (EC 087-B-043) (38-D) Install Forward RHIB Notch Skid Pad (EC 087-A-038) (39-D) Renew Hatch Coamings (EC 087-A-027) (40-D) Reseal Wet Decks (41-D) Renew Wet Decks (42-D) Clean HVAC System Ducting (43-D) Clean and Inspect Potable Water Tanks (44-O) Auxiliary Sea Water System Valves, Renew (45-O) Repair Hull (46-D) Renew Mast Cable Standoffs (47-D) Joiner Bulkhead Panels, Renew (48-D) Bridge Console Wiring (49-D) Preserve Freeboard Surfaces - Partial (50-D) Preserve Main Deck Surfaces (51-D) Preserve Superstructure - 100% (52-D) Preserve Mast -Partial (53-D) Preserve Bilge Surfaces in the Lazarette - Partial (54-D) Preserve Bilge Surfaces in the Engine Room - Partial (A-O) Composite Labor Rate (B-D) GFP Report (Z-O) Lay Days 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 Lori.L.Ellis@ 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 November 29, 2010 at 11:00 am, 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. Lori Ellis at (757) 628-4646.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDCGCBARRACUDA/listing.html)
- Record
- SN02329479-W 20101119/101117234624-9d69d8ab45751308a9edcc7f9576eff3 (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 |