Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOURCES SOUGHT

J -- Sources Sought for USCGC TARPON (WPB-87310) Drydock & Repairs

Notice Date
5/23/2011
 
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
100511-DD
 
Archive Date
6/16/2011
 
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 TARPON (WPB-87310) 87-FOOT COASTAL PATROL BOAT. The vessel has a Geographical Restriction of 576 Nautical Miles one-way or 1,152 Nautical Miles round trip from its homeport of Fort Pulaski National Monument, HWY 80, Tybee Island, GA 31328. All work will be performed at the contractor's facility. The performance period will be SEVENTY-FIVE (75) calendar days with a start date on or about 05 OCT 2011 thru 19 DEC 2011. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC TARPON (WPB-87310) 1. Perform Ultrasonic Thickness Measurements 2. Modify Forepeak 3. Clean and Inspect Dirty Oil Tank 4. Clean and Inspect Oily Water Tank 5. Clean and Inspect Tanks (MP Fuel Service) 6. Clean and Inspect Grey Water Holding Tank 7. Clean and Inspect Sewage Holding Tank 8. Clean and Flush Grey Water Piping System 9. Clean and Flush Sewage Piping System 10. Inspect, Preserve, and Renew Electrical Matting Pilothouse Deck (Aluminum) 11. Renew Capastic Fairing Depth Sounder 12. Inspect RHIB Notch Skid Pads 13. Renew RHIB Notch Skid Pad Studs 14. Remove, Inspect, and Reinstall Propulsion 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 Of Propeller 23. Renew Fathometer Transducer 24. Preserve Stern Tube Interior Surfaces- 100% 25. Repair Stern Tube Interior Surfaces 26. Clean and Inspect Speed Log Skin Valve Assembly 27. Clean, Inspect, and Repair Sea Water Systems (Sea Valves, Strainers, Piping) 28. Remove, Inspect, and Reinstall Rudder Assemblies 29. Remove, Inspect, and Reinstall Stern Launch Door 30. Preserve Underwater Body - Partial 31. Preserve Underwater Body - 100% 32. Preserve Stern Tubes 33. Renew Cathodic Protection/Zincs 34. Routine Drydocking 35. Provide Temporary Services 36. Provide Telephone Services 37. Preserve Bilge Surfaces (Engine Room) -100% 38. Preserve Bilge Surfaces (Galley and Mess Deck)-100% 39. Renew Main Diesel Engine Assembly, Port & Stbd 40. Clean, Inspect, and Preserve Ventilation System, Engine Room Supply and Exhaust Fan Assemblies 41. Relocate Fuel Station TLI Indicator Panel Assembly 42. Repair Joiner Bulkhead Panels and Sheathing 43. Renew Interior Deck Covering System and Joiner Deck 44. Install Dirty Oil Tank Level Indicator 45. Preserve Decks-Exterior (Main) 46. Renew Mooring Bits 47. Preserve Freeboard Hull Plating -100% 48. Composite Labor Rate 49. GFP Report 50. Laydays 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) 628-4628. 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 June 1, 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/100511-DD/listing.html)
 
Record
SN02454679-W 20110525/110523234555-dff0bb0eb46b7729a14c7f26a5657765 (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.