Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOURCES SOUGHT

J -- DRY-DOCKING & REPAIRS: CG 55107, USCG ANT PUGET SOUND

Notice Date
3/12/2012
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-12-Q-P30529
 
Archive Date
3/31/2012
 
Point of Contact
Matthew S. Katsaris, Phone: 5106375928
 
E-Mail Address
Matthew.S.Katsaris@uscg.mil
(Matthew.S.Katsaris@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HSCG40-12-Q-P30529 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) 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 of the Coast Guard Ant Puget Sound (ANB 55107), a 55 Foot Aids to Navigation Boat. Work shall be performed at the contractor's facility. The performance period will be Forty-Five (45) calendar days with a start date on or about 12 June 2012. Restriction: Restricted to an area no greater than the Strait of Juan de Fuca and Puget Sound, WA, on navigable waterways. Home Station: USCG Ant Puget Sound, 1519 Alaskan Way South, Seattle, WA 98134 The scope of work for this acquisition is but not limited to: WORK ITEM 1: General Welding, Provide WORK ITEM 2: Hull Plating (U/W Body ), Inspect WORK ITEM 3: Hull Plating (U/W Body) Ultrasonic Testing, Perform WORK ITEM 4: Rub Rail and Fendering, Inspect WORK ITEM 5: Work Platform, Inspect WORK ITEM 6: Appendages (U/W), Leak Test WORK ITEM 7: Accessible Spaces, Inspect WORK ITEM 8: Accessible Voids, Inspect WORK ITEM 9: Diesel Fuel Tanks, Clean and Inspect WORK ITEM 10: Diesel Fuel, Refill WORK ITEM 11: Watertight Closures, Inspect WORK ITEM 12: Mast, Inspect WORK ITEM 13: Main Diesel Engine Mount Vibration Isolators, Renew WORK ITEM 14: Main Diesel Engine, Align WORK ITEM 15: Shaft(s), Inspect w/ Haul-out WORK ITEM 16: Water Lubricated Shaft Bearings, Renew WORK ITEM 17: Propeller (s), Inspect WORK ITEM 18: SW Heat Exchangers; Clean, Inspect and Hydro WORK ITEM 19: Exhaust, Clean and Inspect WORK ITEM 20: Fuel Valves, Renew WORK ITEM 21: Non-Standard Hoses, Inspect WORK ITEM 22: Standard Hoses, Renew WORK ITEM 23: Interior Hull Insulation, Inspect WORK ITEM 24: Sea Valves, Renew WORK ITEM 25: Sea Strainers, Inspect WORK ITEM 26: Grease Trap, Clean and Inspect WORK ITEM 27: Bilges, Remove Surface Contaminates WORK ITEM 28: Bilges, Inspect WORK ITEM 29: Air Compressor, Inspect and Service WORK ITEM 30: Hydraulic Oil Tanks, Clean and Inspect WORK ITEM 31: Steering System, Inspect WORK ITEM 32: Rudder(s), Remove, Inspect, and Reinstall WORK ITEM 33: Handrails, Lifelines, Stanchions and Sockets, Inspect WORK ITEM 34: Buoy Deck, Preserve WORK ITEM 35: Fore Deck, Preserve WORK ITEM 36: Tank Sewage Holding, Clean and Inspect WORK ITEM 37: Hull Identification Markings, Apply WORK ITEM 38: U/W Body, Preserve "100%" WORK ITEM 39: Grating/Girders, Inspect WORK ITEM 40: Hull Plating Freeboard, Preserve - "100%" WORK ITEM 41: Tank Potable Water, Inspect WORK ITEM 42: Superstructure, Preserve "100%" WORK ITEM 43: Tank Grey Water Holding, Clean and Inspect WORK ITEM 44: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 45: Exterior Non-slip Pads, Renew WORK ITEM 46: Routine Drydocking, Provide WORK ITEM 47: Temporary Services, Provide WORK ITEM 48: Full Power Trial Performance, Provide WORK ITEM 49: Time Compliance Technical Order (TCTO),Complete WORK ITEM 50: Deck Fittings, Inspect WORK ITEM 51: Marine Chemist Service, Provide 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, this 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 19.1404 if you firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to Matthew.S.Katsaris@uscg.mil. Questions may be referred to Matthew Katsaris at (510) 637-5928. In response please 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. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 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 or employees of other HUBZone small business concerns. Your response is required by 16 March 2012, 2:00 p.m. (PST). 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, 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 small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at https://fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-P30529/listing.html)
 
Place of Performance
Address: Contractor Provided facility within the Strait of Juan de Fuca and Puget Sound, WA, Washington, United States
 
Record
SN02694298-W 20120314/120312234647-3c0e0c12e06c6a6f3dfe822fa0461569 (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.