Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOURCES SOUGHT

J -- Drydock Repairs to the USCGC DIAMONDBACK (WPB-87370), USCGC REEF SHARK (WPB-87371) and USCGC YELLOWFIN (WPB-87319).

Notice Date
7/19/2011
 
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
8711012-DD
 
Archive Date
3/16/2012
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil
(louis.j.romano@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 drydock and repairs to the USCGC DIAMONDBACK (WPB-87370), USCGC REEF SHARK (WPB-87371), and USCGC YELLOWFIN (WPB-87319), all 87' Coastal Patrol Boats. The government will award one contract as a result of the solicitation. For this requirement, the vessels are geographically restricted to a facility located within an area no greater than 576 nautical miles one-way and 1,152 nautical miles roundtrip from Miami Beach, Florida. The USCGC DIAMONDBACK's homeport is Miami Beach, Florida, the USCGC REEF SHARK's homeport is San Juan, Puerto Rico and the USCGC YELLOWFIN's homeport is Charleston, South Carolina. The anticipated Period of performance for each vessel is forty-five (45) calendar days and is as follows: USCGC DIAMONDBACK, February 01, 2012 - March 16, 2012 USCGC REEF SHARK, April 04, 2012 - May 18, 2012 USCGC YELLOWFIN, June 06, 2012 - July 20, 2012 The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC DIAMONDBACK (WPB-87370), USCGC REEF SHARK (WPB-87371), and USCGC YELLOWFIN (WPB-87319). This work may include, but is not limited to: Routine Drydocking; Provide Temporary Services; Provide Telephone Service; Perform Ultrasonic Thickness Measurements; Modify Forepeak (EC 087-A-033); Install Galley/Messdeck Bilge Access; Clean and Inspect Dirty Oil Tank; Clean and Inspect Oily Water Tank; Clean and Inspect Tanks (MP Fuel Service); Inspect, Preserve, and Renew Electrical Matting-Pilothouse Deck (Aluminum); Renew Depth Sounder Capastic Fairing, Install Fuel Station Weather Tight Door (TCTO TB6000), Renew Hatch Coamings; Realign Main Engine Reduction Gear; Remove, Inspect, and Reinstall Propulsion Shafts; Repair Propulsion Shaft; Straighten Propulsion Shaft; Renew Intermediate Water-Lubricated Propulsion Shaft Bearing; Renew Aft Water-Lubricated Propulsion Shaft Bearing; Renew Intermediate Bearing Carrier; Renew Aft Bearing Carrier; Preserve Stern Tube Interior Surfaces; Repair Stern Tube Interior Surfaces; Remove, Inspect and Reinstall Propellers; Perform Propeller Minor Reconditioning and Repairs; Renew Fathometer Transducer; Clean and Inspect Speed Log Skin Valve Assembly; Clean, Inspect, and Repair Sea Water System (Sea Valves, Strainers, Piping); Install Placeholder for Fire Hose Camelbacks (TCTO TB3000); Install AFFF Bilge Piping System; Remove, Inspect, and Reinstall Rudder Assemblies; Inspect RHIB Notch Skid Pads; Renew RHIB Notch Skid Pad Studs; Remove, Inspect, and Reinstall Stern Launch Door; Clean and Inspect Grey Water Holding Tank; Clean and Inspect Sewage Holding Tank; Clean and Flush Grey Water Piping; Clean and Flush Sewage Piping; Preserve Underwater Body (100%); Preserve Underwater Body (Partial - 33%); Renew Cathodic Protection Zincs; GFP Report; and 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 19.502, 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 Louis.J.Romano@uscg.mil at (757) 628-4651. 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) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (c) 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 August 02, 2011 at 2:00 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 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 Mr. Louis Romano at (757) 628-4651.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/8711012-DD/listing.html)
 
Place of Performance
Address: The place of performance will be at the contractor's facility which is geographically restricted to a facility located no greater than 576 nautical miles one-way and 1,152 nautical miles round-trip, from Miami Beach, Florida., United States
 
Record
SN02503235-W 20110721/110720001205-6d083fcfc7db1da0ff4e89cffd7d1153 (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  © 1994-2020, Loren Data Corp.