Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

J -- CGC DORADO (WPB-87306) DRYDOCK REPAIRS FY12

Notice Date
10/21/2011
 
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
CGCDORADODRYDOCKFY12
 
Archive Date
10/22/2012
 
Point of Contact
Mable L. Lee, Phone: (757) 628-4820, Chas Hartley, Phone: (757) 628-4657
 
E-Mail Address
mable.l.lee@uscg.mil, chas.f.hartley@uscg.mil
(mable.l.lee@uscg.mil, chas.f.hartley@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), for Women-Owned Small Business Concerns (WOSB), 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 DORADO (WPB-87306), an 87 Foot Coastal Patrol Boat. The home pier of the vessel is located at 100 Anchor Way, Crescent City, CA. The vessel is geographically restricted to the United States West Coast, Columbia River and South. The contractor shall perform all work at the Contractor's facility. The anticipated performance period is FORTY-FIVE (45) calendar days with a start date on or about 22 FEBRUARY 2012 and end date on or about 06 APRIL 2012. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC DORADO (WPB-87306). This work will include, but is not limited to: Perform Ultrasonic Thickness Measurements; Dirty Oil Tank, Clean and Inspect; Oily Water Tank, Clean and Inspect; Tanks (MP Fuel Service), Clean, Blast and Inspect; Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting; Depth Sounder, Capastic Fairing, Renew; Main Engine/Reduction Gear, Realign; Propulsion Shafts, Remove, Inspect, and Reinstall; Propulsion Shaft, Repair; Propulsion Shaft, Straighten; Intermediate Water-Lubricated Shaft Bearing, Renew; Aft Water-Lubricated Propulsion Shaft Bearing, Renew; Intermediate Bearing Carrier, Renew; Aft Bearing Carrier, Renew; Stern Tube, Interior Surfaces, Preserve 100%; Stern Tubes, Interior Surfaces, Repair; Propellers, Remove, Inspect, and Reinstall; Propeller, Minor Reconditioning and Repairs, Perform; Fathometer Transducer, Renew; Speed Log, Skin Valve Assembly, Clean and Inspect; Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair; Rudder Assemblies, Remove, Inspect, and Reinstall; RHIB Notch Skid Pads, Inspect; RHIB Notch Skid Pad Studs, Renew; Stern Launch Door, Remove, Inspect, and Reinstall; Grey Water Holding Tank, Clean and Inspect; Sewage Holding Tank, Clean and Inspect; Grey Water Piping, Clean and Flush; Sewage Piping, Clean and Flush; U/W Body, Preserve ("100%"); U/W Body, Preserve ("Partial-33%"); Cathodic Protection / Zincs, Renew; Drydocking; Temporary Services, Provide; Telephone Service, Provide; Port Transom Ladder and Railing, Renew; Decks - Exterior (Main Deck), Preserve; Hull Plating Freeboard, Preserve ("100%"); Superstructure, Preserve "Partial"; Mast, Preserve ("100%"); Exhaust Concentric Rings (MDE), Renew; Install Dirty Oil Tank Level Indicator (EC 087-B-039); Forepeak, Modify and Preserve; Deck Covering (Carpeting), Renew; Deck Covering (Interior Wet/Dry), Renew; Interior Deck Covering System, Reseal; Fire Station "Camelback" Racks, Modify (TCTO TB3000); Weather Tight Door, Fuel Station, Install (TCTO TB6000); Renew Office Laminate Deck; Bilge Surfaces (Engine Room), Preserve " Partial " 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 19.1405 if you firm is SDVOSB certified, or FAR 19.1505 if your firm is Women-Owned Small Business certified, 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 Mable.L.Lee@uscg.mil. Your response should 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 amounts, 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. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Contractors are reminded that should this acquisition become a HUBZone, SDVOSB, WOSB, or Small Business set aside, Notice of Total HUBZone Set-Aside (FAR 52.219-3), or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (FAR 52.219-27), or Notice of Total Set-Aside for Women-Owned Small Business (FAR 52.219-30), or Notice of Total Small Business Set-Aside (FAR 52.219-6) 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. Your response is required by October 28, 2011 at 2:00 PM EST. 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, Women-Owned Small Business, or Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB, WOSB, or Small Business set aside, will be posted on the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to Mable Lee by e-mail or at (757) 628-4820.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGCDORADODRYDOCKFY12/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02611503-W 20111023/111021234851-1c5718979f5716b262abcf388a7d5724 (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.