Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOURCES SOUGHT

J -- USCGC BAINBRIDGE ISLAND 12 DRYDOCK REPAIRS

Notice Date
1/10/2012
 
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
CGCBAINBRIDGEISLE12DDSOURCESSOUGHT
 
Archive Date
9/24/2012
 
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 BAINBRIDGE ISLAND (WPB-1343), a 110 Foot "C" Class Patrol Boat. The vessel has a geographic restriction of 540 nautical miles one-way and 1,080 nautical miles roundtrip from its homeport of Highland, New Jersey. All work will be performed at the contractor's facility. The performance period will be EIGHTY-SIX (86) calendar days with a start date on or about 30 May 2012 through 24 August 2012. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC BAINBRIDGE ISLAND (WPB-1343), 110 FOOT "C" Class Patrol Boat. This work may include, but is not limited to: Hull Plating (Side Scan), Ultrasonic Testing; Appendages (U/W), Leak Test; Propulsion Shaft Rope Guards, Inspect and Repair; Appendages (U/W) - Internal, Preserve; Voids (Non-Accessible), Leak Test; Voids (Non-Accessible), Preserve Internal Surfaces; Tanks (Potable Water), Clean and Inspect; Tanks (Dirty Oil and Waste), Clean and Inspect; Propulsion System, Alignment Check; Propulsion Shafting, Remove, Inspect, and Reinstall; Mechanical Shaft Seal Assemblies, Overhaul; Propulsion Shaft Bearings (External), Check Clearances; Propulsion Shaft Bearings (External), Renew; Propellers; Remove, Inspect, and Reinstall; Propeller, Repair Root Erosion; MDE Exhaust System, Inspect; Heat Exchangers, Clean and Inspect; Fathometer Transducer, Renew; Speed Doppler, Renew, Doppler Valve, Overhaul; Fuel Valves, Renew; Steering Gear (General), Overhaul; Rudder Assembly, Remove, Inspect and Reinstall; Renew Upper Rudder Bearing; Renew Lower Rudder Bearing; Fin Stabilizers (General), Overhaul; Grey Water Holding Tanks, Clean and Inspect; Sewage Holding Tanks, Clean and Inspect; Grey Water Piping, Clean and Flush; Sewage Piping, Clean and Flush; Forward Peak Compartment, Preserve; Battery Space, Preserve and Insulate; Aft Steering Compartment, Preserve and Insulate; Forward Void, Preserve; Tanks (Dirty Oil and Waste), Preserve " 100% "; Tanks ( Grey Water Holding ), Preserve " 100% "; Tanks (Potable Water), Preserve " 100% "; Tanks ( Sewage Holding ), Preserve " 100% "; Bilge Surfaces, Preserve; Decks - Exterior, Preserve ( " Non-Skid Broadcast Grit" System); U/W Body, Preserve ("100%") Used with Side Scan; Stern Tube Interior Surfaces, Preserve 100%; Cathodic Protection System (Bilge and Sea Chest), Renew; Cathodic Protection System, Inspect and Maintain; Drydocking; Temporary Services, Provide; Sea Trial Performance, Provide Support; Sea Valves and Waster Pieces, Renew; Perform Steel Hull and Structural Plating Repairs (10-Pound or 10.2-Pound); Steel Hull and Structural Plating Repairs (5-Pound); Steel Hull and Structural Plating Repairs (7.5-Pound or 7.65-Pound); Steel Hull and Structural Plating Repair s, Corrugated Plate (4.0-Pound); Stern Tubes, Renew; Ship Service Diesel Generator, Clean and Inspect; Ship Service Diesel Generator, Clean and Inspect; Main Mast, Preserve; Aft Fuel Tank Access Manholes, Install New; Fire Suppression System, Upgrade; Water Tight Hatches (Internal DC Deck and Below), Renew; Watertight Doors and Scuttles (External), Renew; Hull Plating Freeboard, Preserve (" 100% ") Used with Side Scan; Tanks (MP Fuel Service), Clean and Inspect; Tanks (MP Fuel Stowage and Overflow), Clean and Inspect; Sea Strainers (All Sizes), Renew; Grey Water Piping, Renew; Electro-Hydraulic Crane, Renew; Data Service, Provide; Renew Deck Covering System in Galley and Mess Deck (Prototype); Perform Ultrasonic Thickness Measurements; Bilge and Ballast Valves, Renew; Canopy Mounts, AMIO, Fabricate and Install; Deck Drains, Interior, Renew; Deck Covering (Interior Wet/Dry), Renew; Install New Fire Alarm System; Bulwark Reinforcement; GFP Report and Lay Days. 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 January 17, 2012 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/CGCBAINBRIDGEISLE12DDSOURCESSOUGHT/listing.html)
 
Place of Performance
Address: This requirement is geographically restricted to an area within 540 nautical miles, one-way or 1,080 nautical miles, round-trip of the vessels homeport of Highland, New Jersey., United States
 
Record
SN02652022-W 20120112/120110234725-b9c84582a6fd4380ee532a3957b98b81 (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.