Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

J -- USCGC OSAGE FY12 DRYDOCK REPAIRS

Notice Date
1/18/2012
 
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
HSCG85-12-R-P45750
 
Archive Date
1/18/2013
 
Point of Contact
Lisa Dieli, Phone: 757-628-4647, Linda C. Cho, Phone: 510-637-5965
 
E-Mail Address
lisa.dieli@uscg.mil, linda.c.cho@uscg.mil
(lisa.dieli@uscg.mil, linda.c.cho@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 for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC OSAGE 65 FOOT "B CLASS" RIVER BUOY TENDER and 100 BARGE (99003). The homeport of the vessel is Sewickley, PA. The vessel is geographically restricted to the Western Rivers of the United States. "Western Rivers" means the navigable portions of the Mississippi River and its tributaries above mile marker 0 of the Lower Mississippi River. Navigable tributaries of the Mississippi River include only the waterways within the area of jurisdiction of Coast Guard aids to navigation facilities as described in Light List Volume V (COMDTINST M16502.5), and the Tennessee-Tombigbee Waterway to the mouth of the Mobile River. This includes protected portions of the Intra Coastal Waterway connected to the "Western Rivers," but specially excludes unprotected or open waters such as Mobile Bay, Lake Borgne and the Gulf of Mexico. (Specific) 01 November to 15 March south of Melvin Price Lock and Dam. The performance period is 70 calendar days and is expected to begin on or about 12 JUN 2012 and end on or about 21 AUG 2012. The scope of the acquisition is for various repairs that may include the following: Hull Plating (Side Scan), Ultrasonic Testing - Tender; Hull Plating (Side Scan), Ultrasonic Testing - Barge; Hull Plating, U/W Body, Inspect - Tender ; Hull Plating, U/W Body, Inspect - Barge; Hull and Structural Plating - 10.2-Pound Steel, Repair; Hull and Structural Plating - 1 2.75 -Pound Steel Plate, Repair; Hull and Structural Plating - 15.3 -Pound Steel Plate, Repair; Hull and Structural Plating - Degraded Weld (Steel), Repair; Voids (Non-Accessible), Leak Test - Barge; Voids (Non-Accessible), Preserve Internal Surfaces; Keel Coolers, Clean, Inspect and Hydro; Keel Coolers, Clean, Inspect and Hydro; Sea Strainers - Duplex (All Sizes), Overhaul; Sea Strainers - Simplex (All Sizes), Overhaul; Rudder Assembly, Remove, Inspect and Reinstall; Rudder(s), Preserve ( "100%" ); Spud, Overhaul - Tender; Spud, Overhaul - Barge; Spud Well, Preserve - Tender; Spud Well, Preserve - Barge; Deck Fittings, Inspect - Tender; Deck Fittings, Inspect - Barge; Tanks (Ballast), Preserve " Partial "; Decks - Exterior( Barge Buoy ), Preserve; U/W Body, Preserve "100%" - Tender; U/W Body, Preserve "100%" - Barge; U/W Body, Preserve "Partial - Condition A " - Tender; U/W Body, Preserve "Partial - Condition A " - Barge; U/W Body, Preserve "Partial - Condition B" - Tender; U/W Body, Preserve "Partial - Condition B" - Barge; Hull Plating ( Buoy Port Areas ), Preserve; Hull Plating Freeboard, Preserve " 100% " - Tender; Hull Plating Freeboard, Preserve " 100% " - Barge; Drydocking - Tender; Drydocking - Barge; Temporary Services, Provide; SSMEB, Provide Access for Inspection of Various Compartments; Boat Davit Winch, Shrink Wrap; Buoy and Cargo Handling Crane, Shrink Wrap; Propulsion Shaft Rope Guards, Inspect and Repair ; Voids (Non-Accessible), Leak Test; Voids (Non-Accessible), Preserve Internal Surfaces; Propulsion Shafting, Straighten; Propulsion Shafting; Remove, Inspect, and Reinstall; Propulsion Shaft Bearings (External), Check Clearances ; Propulsion Shaft Bearings (External), Renew; Propeller, Perform Minor Repairs and Reconditioning; Propellers, Remove, Inspect, and Reinstall; Stern Tube Interior Surfaces, Preserve 100%; Raised Buttons, Modify; Rub Rail Repair; Transducer Mounting Flange Renew; Potable Water Fill and Transfer Piping, Renew; Hull Repair; Sewage Tank Repair; Composite Labor and Laydays. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Mrs. Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response must include: (a) a positive statement of your intention 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by January 25, 2012 on/before 4:30 P.M, 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 or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-12-R-P45750/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02656565-W 20120120/120118234832-3c4a5ef23488220f1c528eb58eb9817b (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.