Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOURCES SOUGHT

J -- USCGC ACTIVE DRY DOCK & REPAIRS

Notice Date
5/25/2011
 
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
ACTIVE-DRYDOCK(FY12)
 
Archive Date
5/25/2012
 
Point of Contact
Arlene V Woodley, Phone: (757) 628-4645
 
E-Mail Address
Arlene.V.Woodley@uscg.mil
(Arlene.V.Woodley@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, or Service-Disabled Veteran-owned concerns, or for Small Business. The small business size standard is 1,000 employees. The NAICS Code is 336611. The acquisition is for USCGC ACTIVE (WMEC-618). The vessel is home ported at Ediz Hook Road, Port Angeles, WA. All work will be performed at the contractor's facility. The estimated dollar value of this procurement is between $1,000,000.00 and $5,000,000.00. The performance period will be sixty-three (63) calendar days with a start date on or about November 29, 2011. The work will include, but is not limited to: WORK ITEM 1: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 2: Hull and Structural Plating - 3/16" Steel Plate, Repair WORK ITEM 3: Appendages (U/W), Leak Test WORK ITEM 4: Propulsion Shaft Fairwaters and Rope Guards, Inspect WORK ITEM 5: Appendages (U/W) - Internal, Preserve WORK ITEM 6: Tanks (MP Fuel Service), Clean WORK ITEM 7: Tanks (MP Fuel Service), Inspect WORK ITEM 8: Voids (Non-Accessible), Leak Test WORK ITEM 9: Voids (Non-Accessible), Preserve Internal Surfaces WORK ITEM 10: Propulsion Shafting, Strain Gage Alignment Inspections WORK ITEM 11: Propulsion Shafting, Remove, Inspect, and Reinstall WORK ITEM 12: Propulsion Shaft Coating, Renew WORK ITEM 13: Propulsion Shafting, Straighten WORK ITEM 14: Mechanical Shaft Seal Assemblies, Overhaul WORK ITEM 15: Propulsion Shaft Stern Tube Bearings, Overhaul WORK ITEM 16: Propeller Shaft Sleeves, Renew WORK ITEM 17: Propulsion Shaft Bearings (External), Renew WORK ITEM 18: Propulsion Stern Tube Bearings, Renew WORK ITEM 19: Controllable Pitch Propellers, Clean and Inspect WORK ITEM 20: CPP System, General Maintenance WORK ITEM 21: Controllable Pitch Propeller Hub Assembly, General Maintenance WORK ITEM 22: Fathometer Transducer, Renew WORK ITEM 23: Doppler Speed Log Transducer, Renew WORK ITEM 24: Sea Strainers (All Sizes), Renew WORK ITEM 25: Rudder Assembly, Remove, Inspect and Reinstall WORK ITEM 26: Rudder Stock Bearings, Check Clearances WORK ITEM 27: Anchor Chains and Ground Tackle, Inspect and Repair WORK ITEM 28: Grey Water Holding Tanks, Clean and Inspect WORK ITEM 29: Sewage Holding Tank, Clean and Inspect WORK ITEM 30: Chain Lockers, Preserve 100% WORK ITEM 31: Tanks (Grey Water Holding), Preserve "Partial" WORK ITEM 32: Tanks (Sewage Holding), Preserve "Partial" WORK ITEM 33: U/W Body, Preserve ("100%") WORK ITEM 34: U/W Body, Preserve ("Partial - Condition A") WORK ITEM 35: U/W Body, Preserve ("Partial - Condition B") WORK ITEM 36: U/W Body, Preserve ("Partial - Condition C") WORK ITEM 37: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 38: Main Mast, Preserve WORK ITEM 39: Cathodic Protection (Zincs), Renew WORK ITEM 40: Drydocking WORK ITEM 41: Temporary Services, Provide WORK ITEM 42: Single Point Davit Control Console, Upgrade WORK ITEM 43: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 44: Vent Ducts (Engine and Motor Room All), Commercial Cleaning WORK ITEM 45: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning WORK ITEM 46: Vent Ducts (Laundry Exhaust), Commercial Cleaning WORK ITEM 47: Rudder Stock, Rebuild WORK ITEM 48: Anchor Windlass, Level 2 Inspect and Repair WORK ITEM 49: Warping Capstan, Level 2 Inspect and Repair WORK ITEM 50: Helo Talon Grid, Inspect and Test WORK ITEM 51: Sea Trial Performance, Provide Support WORK ITEM 52: 28 Volt DC Helo Power Supply, Load Test WORK ITEM 53: Twin Pivot Arm Davit, Level 2 Inspect and Repair WORK ITEM 54: Welin Lambie Davit, Upgrade WORK ITEM 55: Stern Tube Raw Water Piping, Renew WORK ITEM 56: CPP Shaft Flange Screw, Inspect & Renew WORK ITEM 57: Water Tight Bulkhead, Renew WORK ITEM 58: Engine Room Bilge, Preserve WORK ITEM 59: Bilges (Non-Machinery Space), Preserve WORK ITEM 60: Chill and Heating Water Piping Insulation, Renew WORK ITEM 61: Firemain Piping Insulation, Renew WORK ITEM 62: Potable Water Piping Insulation, Renew WORK ITEM 63: Steam Pipe Insulation, Renew WORK ITEM 64: Water Tight Hatches, Renew WORK ITEM 65: One-Step Decking (AFFF Cofferdam), Renew WORK ITEM 66: Ultrasonic Thickness Measurements, Steel Plate, Perform WORK ITEM 67: Renew HF Receive Long Wire Antenna and Components WORK ITEM 68: Bulwark Structural Repairs WORK ITEM 69: Hull Preservation, Interior, Machinery Spaces WORK ITEM 70: Hull Preservation, Interior, Non-Machinery Spaces WORK ITEM 71: Hull Insulation, Interior, Renew WORK ITEM 72: Piping, Galley Steam and Condensate, Renew WORK ITEM 73: Single Point Davit, Renew (Placeholder) The solicitation will be issued pursuant to FAR Part 12, Acquisition of Commercial Items and SUBPART 13.5, Test Program for Certain Commercial Items. The Coast Guard intends to award a fixed price contract resulting from the solicitation. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. The following factors shall be used to evaluate offers: Past Performance and Price. Past Performance is significantly more important than price. At the present time, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please respond via e-mail to: arlene.v.woodley@uscg.mil, and include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and pone numbers. At least three (3) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside; FAR 52.219-3, Notice of Total HubZone Set Aside or FAR 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 or SDVOSB concerns. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the internet at http://www.ccr.gov or by calling 1-888-227-2423. Your response is required by June 6, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside or Service-Disabled Veteran-Owned Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, Small Business, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov. Questions may be referred to Arlene Woodley via e-mail: arlene.v.woodley@uscg.mil or (757) 628-4645.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/ACTIVE-DRYDOCK(FY12)/listing.html)
 
Record
SN02456512-W 20110527/110525234544-e7fd66aad2d0ec54b86f0e6aa2680f4e (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.