Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOURCES SOUGHT

J -- HAWKSBILL & BLACKFIN Dry Dock Repairs

Notice Date
10/4/2011
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HAWKSBILLSOURCESSOUGHT
 
Point of Contact
Bernie Caguiat, Phone: 5106375887
 
E-Mail Address
Bernie.C.Caguiat@uscg.mil
(Bernie.C.Caguiat@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), Woman-Owned Small Business (WOSB) 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 HAWKSBILL (WPB-87312), and USCGC BLACKFIN (WPB-87317), both 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 the United States West Coast San Francisco Bay and South. The USCGC HAWKSBILL's homeport is Monterey, CA and the USCGC BLACKFIN's homeport is Santa Barbara, CA. The anticipated Period of performance for each vessel is forty-five (45) calendar days and is as follows: USCGC HAWKSBILL, 11 JAN 2012 - 24 FEB 2012 and USCGC BLACKFIN, 4 APR 2012 - 18 MAY 2012 The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC HAWKSBILL (WPB-87312), and USCGC BLACKFIN (WPB-87317). 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); Galley/Messdeck Bilge Access, Preserve, Partial; 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); 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); 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, Service-Disabled, Veteran-Owned or Woman-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to Bernie.C.Caguiat@uscg.mil at (510) 637-5887. 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 14 OCT 2011 at 1:00 P.M.(PST). 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. Bernie Caguiat at (510) 637-5887.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HAWKSBILLSOURCESSOUGHT/listing.html)
 
Place of Performance
Address: CONTRACTOR'S CERTIFIED FACILITY, ***The vessels are geographically restricted to a facility located within the United States West Coast San Francisco Bay and South., United States
 
Record
SN02601436-W 20111006/111004234301-eaacd5eae6b4c61cbef812a0c81f8287 (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.