Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

J -- FY12 DD for CGC LINE (WYTL 65611)

Notice Date
2/24/2012
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-12-DD-SSLINE
 
Archive Date
3/28/2012
 
Point of Contact
Jay S McReynolds, Phone: 510-637-5975, Jack Rodman, Phone: (510) 637-5988
 
E-Mail Address
jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil
(jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether to set-aside an acquisition for 8(a), HUBZone, WOSB or SDVOSB firms. The acquisition is for the dry-dock & repairs of CGC LINE (WYTL-65611), a 65 foot "C Class" Small Harbor Tug home ported in Bayonne, NJ. The Period of performance will be 07/25/2012 -09/05/2012. The eventual requirement will result in an award of a single firm fixed-price ship repair contract. The scope of work for the acquisition is general dry-dock work including but not limited to: dry-docking, temporary services, renew fathometer transducer, hull plating (U/W Body, ultrasonic testing; hull and structural plating (7.65, 10.2, 15.3 pound) steel plate repair; appendages (U/W) leak test, internal preserve, propulsion shafting, remove, inspect and reinstall; keel coolers, clean, inspect hydro; boiler exhaust uptakes, commercial clean; rudder assembly, remove, inspect and reinstall; boat davit, level 2 inspect and repair; decks-exterior prepare and coat (pre slip-resistant sheet installation); deck covering (wet/dry)seal; u/w body preserve; sea strainers - Simplex (all sizes), clean and inspect; Lazerette and forepeak scuttles Renew; deck covering (interior wet/dry) renew; test and repair of Half and Full Round s; propulsion shaft bearings (External) renew. To be considered as a set-aside candidate, respondents must have a record of successfully accomplishing ship repair contracts of this nature as a prime contractor for federal agencies and components such as the U. S. Navy, Military Sealift Command, NOAA, U. S. Army Corps of Engineers, etc. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via email by 1:00 pm PST on 13 March, 2012. Please respond by email to jay.s.mcreynolds@uscg.mil with a positive statement of your intention to submit a bid for this solicitation as a prime contractor as follows: 1. Name of company; 2. Street address of company; 3. DUNS number of company; 4. CAGE Code of company; 5. Name, phone number and email address of main and alternate points of contact; 6. Past Performance reports for at least three federal ship repair projects accomplished in the last three years. Include contract numbers, project titles, dollar amounts (both award and final), points of contact (phone number and email address), and scope of work accomplished for each project. Interested parties must be registered in Central Contractor Registration (www.ccr.gov) as prescribed in FAR Clause 52.204-7 "Central Contractor Registration (APR 2008)" for their responses to be considered. Respondents are advised the eventual solicitation will contain the clause FAR 52.219-14 "Limitations on Subcontracting (Dec 1996)" which stipulates at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern A decision on potential set-asides will be posted on FEDBIZOPPS once SFLC has concluded its market research and formal acquisition planning for this requirement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-DD-SSLINE/listing.html)
 
Place of Performance
Address: Not to exceed 195 milesfrom homeport of Bayonne NJ at Contractors Facility., United States
 
Record
SN02682281-W 20120226/120224234543-1cff497825b2451187424dd2f984f3f0 (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.