Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOURCES SOUGHT

20 -- Drydock Repairs CGC ALERT (WMEC-630)

Notice Date
1/27/2012
 
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
CGCALERTDDFY12
 
Archive Date
2/25/2012
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@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 estimated value of this procurement is between $1,000,000.00 and $5,000,000. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC ALERT (WMEC-630), an 210' Foot Medium Endurance Cutter. The homeport of the vessel is Warrenton, OR. The performance period is FIFTY-SIX (56) calendar days and is expected to begin on or about June 13, 2012 and end on or about August 8, 2012. Please include in your response whether your firm will be able to perform the work on the above mentioned start date. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard USCGC ALERT (WMEC-630). This work will include, but is not limited to: Work Item 1: Appendages (U/W), Leak Test Work Item 2: Appendages (U/W) Internal, Preserve Work Item 3: Voids (Non-Accessible), Leak Test Work Item 4: Tanks (Aviation Fuel Service), Inspect Work Item 5: Voids (Non-Accessible), Preserve Internal Surfaces Work Item 6: Propulsion Shaft Coating, Renew Work Item 7: Propulsion Shaft Bearings (External), Check Clearances Work Item 8; Controllable Pitch Propeller Hub Assembly, General Maintenance Work Item 9: Fathometer Transducer, General Maintenance Work Item 10: Doppler Speed Log Transducer(s), Renew Work Item 11: Strainers 0 Simplex/Duplex (All Sizes), Overhaul Work Item 12: Fuel Manifold, Overhaul Work Item 13: U/W Body, Preserve "100%" Work Item 14: Hull Plating Freeboard, Preserve "100%" Work Item 15: Superstructure, Preserve "100%" Work Item 16: Masts (Main, Fwd, and Aft), Preserve, 100% Work Item 17: Cathodic Protection/Zincs, Renew Work Item 18: Drydocking Work Item 19: Temporary Services, Provide Work Item 20: Sea Valves and Waster Pieces, Overhaul or Renew Work Item 21: Hull Plating (U/W Body), Ultrasonic Testing Work Item 22: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair Work Item 23: Tanks (MP Fuel Service and Storage), Inspect Work Item 24: CPP System, General Maintenance Work Item 25: Rudder Assembly, Remove, Inspect and Reinstall Work Item 26: Anchors, Anchor Chain(s), Grnd Tackle, Inspect, Repair, Preserve Work Item 27:Chain Locker, Preserve 100% Work Item 28: Chill Water System, Upgrade Work Item 29: Welding Repairs Work Item 30: Lighting Plug Plates (Flight Deck) Renew Work Item 31: Rails and Stanchions (01 Deck), Inspect and Renew Work Item 32: CMWD System, Inspect and Repair Work Item 33: Deck Penetrations (Firemain), Renew Work Item 34: AFFF System, Repair Work Item 35: Secondary Drainage Valves, Renew Work Item 36: Deck Repair Work Item 37: Propulsion Shaft tern Tube Seals, Inspect and Repair Work Item 38: Boilers, Renew Work Item 39: Hull and Structural Plating, Renew (Optional) Work Item 40: Sea Trial Performance, Provide Support D-B: GFP Report Optional Items: O-A Composite Labor Rate O-Z 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 Tara.m.holloway@uscg.mil. Questions may be referred to Tara Holloway at (757) 628-4754 or Ms. Mable Lee at (757) 628-4820. In your response you 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, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two (2) references are requested, but more are desirable. Your response is required by February 10, 2012 at 11:00 AM, 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 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/CGCALERTDDFY12/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02662779-W 20120129/120127234512-146ebf7260ec4610b32212a418f0473d (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.