Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

J -- Dockside Repairs

Notice Date
2/25/2011
 
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
CGC_SMILAX_FY11_DD
 
Archive Date
5/31/2011
 
Point of Contact
Alice M Mariner, Phone: (757) 628-4753
 
E-Mail Address
alice.m.mariner@uscg.mil
(alice.m.mariner@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOURCES SOUGHT NOTICE HAS BEEN MODIFIED TO INCLUDE A GEOGRAPHIC RESTRICTION. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC SMILAX (WLIC-315) 100 FOOT INLAND CONSTRUCTION TENDER and USCG 70 BARGE (70018). The home pier of the vessel is located at 2301 E. Fort Macon Road, Atlantic Beach, NC 28512. GEOGRAPHIC RESTRICTION: Restricted to an area no greater than 400 nautical miles north from the cutter's homeport and no open water transits. The performance period is 70 calendar days and is expected to begin on or about 11 MAY 2011 and end on or about 19 JUL 2011. The scope of the acquisition is for various repairs that may include the following: D-001 Hull Plating, U/W Body, Inspect; D-002 Appendages U/W Body, Leak Test; O-003 Appendages (U/W) Internal, Preserve; D-004 Tanks (MP Fuel Service) - Inspect; D-005 Voids (Accessible) Inspect; D-006 Sea Strainers (All Sizes), Renew; D-007 Sea Strainers - Duplex (All Sizes), Overhaul; D-008 Rudder Stock Bearings, Check Clearances; O-009 Spud Wells, Preserve - Tender & Barge; D-010 Spud Wells, Inspect - Tender & Barge; D-011 Grey Water Holding Tanks, Clean and Inspect; D-012 Sewage Holding Tanks, Clean and Inspect; O-013 U/W Body, Preserve ("100 %"); O-014 U/W Body, Preserve (Partial--Condition A"); O-015 U/W Body, Preserve ("Partial - Condition B"); O-016 U/W Body, Preserve ("Partial - Condition C"); O-017 Superstructure, Preserve "100%"; O-018 Superstructure, Preserve "Partial"; D-019 Cathodic Protection /Zincs, Renew; D-020 Cathodic Protection /Zincs, Renew - Barge; D-021 Drydocking; D-022 Drydocking - Barge; D-023 Temporary Services, Provide; D-024 Tanks (MP Fuel Stowage and Overflow), Inspect; D -025 Hull Plating (Side Scan),Ultrasonic Testing; D-026 Hull Plating (Side Scan), Ultrasonic Testing - Barge; O-027 Stern Tube Interior Surfaces, Preserve "100%" O-028 Hull Plating Freeboard, Preserve ("100 %"); O-029 Hull Plating Freeboard, Preserve ("100%") - Barge; O-030 Hull Plating Freeboard, Preserve, ("Partial"); O-031 Hull Plating Freeboard, Preserve ("Partial") - Barge; D-032 Sea Valves and Waster Pieces, Overhaul or Renew; D-033 Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair; D-034 Main Diesel Engine (MDE) Exhaust Stack Uptakes, Commercial Clean D-035 Traction Winches (Tender), Overhaul; D-036 Buoy and Cargo Handling Crane, Shrink Wrap; D-037 Decks - Exterior, Preserve MIL-Spec Epoxy Weather Deck D-038 Buoy Deck Locker Bulkhead and Overhead, Lead Paint Removal and Preservation; D-039 Crew Berthing, Lead Removal and Preserve D-040 Engine Room Air Supply Plenum, Preserve; D-041 Propulsion Shafting; Remove, Inspect and Reinstall; D-042 Propulsion Stern Tube Bearings, Check Clearances; D-043 Weight Handling Crossdeck Winches, Level 1 Inspect and Test; D-044 Main Hold Longitudinal and Framing, Renewal; D-045 Weight Handling Boom, Level 2 Inspect and Repair; D-046 Propulsion Shaft Packing, Renew; D-047 Fathometer Transducer, General Maintenance; D-048 Rudder and Rudder Stock, Removal and Inspection; D-049 Rubber Stock Bearings, Check Clearances; D-050 Rudder Bearing, Upper Renewal; D-051 Sewage Transfer Pump, Overhaul; D-052 Grey Water Pumps, Overhaul; D-053 Grey Water Transfer Pump, Overhaul; D-054 Decks - Exterior (Tender Buoy) Preserve; D-055 Vent Ducts, Commercial Cleaning D-056 Decks - Exterior (Barge Buoy) Preserve D-057 Frame Repair; D-058 Longitudinal and Plating Renewal; D-059 Potable Water Piping System, Upgrade; D-060 Pusher Knee Foundation, Inspect and Overhaul; D-061 Ladder Foundation Renewal; D-062 Tender / Barge Bilge, Preserve; D-063 Ventilation Fans, Overhaul; D-064 Steering Gear System, Overhaul; D-065 Fuel Oil Supply Piping to Main Air Compressor Engine, Renew; D-066 Tanks (MP Fuel Service) Clean; O-00A Composite Labor Rate; D-00B GFP Report; O-00Z Laydays; 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, the 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 a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Alice.M.Mariner@.uscg.mil or by fax at (757) 628-4585. Questions may be referred to Alice Mariner at (757) 628-4753. Your response must include: (a) a positive statement of your intention 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Also, please include your DUNs and TIN numbers. Your response is required by February 28, 2011 on/before 013:00 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 51 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 or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGC_SMILAX_FY11_DD/listing.html)
 
Place of Performance
Address: Contractors' Facility, United States
 
Record
SN02387797-W 20110227/110225234254-964cd7b264218b6e23ff41de8dc4435c (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.