Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command -- Atlantic, 300 East Main Street, Suite 600, Norfolk, VA, 23510-9102

J -- DRYDOCK AND REPAIRS TO USCGC GASCONADE (WLR 75401) AND 90 FT BARGE, USCGC WYACONDA (WLR 75403) AND 130 FT BARGE SOL Reference-Number-WLR75401 DUE 072800 POC Kathryn Stark, Contracting Specialist, Phone 757 628-4588, Fax 757 628-4675, Email kstark@mlca.uscg.mil -- Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676, Email cfloyd@mlca.uscg.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-WLR75401&LocID=497. E-MAIL: Kathryn Stark, kstark@mlca.uscg.mil. The U. S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $100,000 and $500,000 per boat. The solicitation will be issued for both vessels. However, consideration of two separate awards will be made. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC GASCONADE (WLR 75401), a 75 foot _C-Class_ river tender, and a 90 foot barge and to the USCGC WYACONDA (WLR 75403), a 75 foot _C-Class_ river tender, and a 130 foot barge. The homeport of the USCGC GASONADE is Omaha Nebraska. The homeport of the USCGC WYACONDA is Dubuque, Iowa. The tenders are geographically restricted to transiting the navigable portions of the Mississippi River and its tributaries above mile O of the Lower Mississippi River yearlong and south of Melvin Price Lock and Dam between 1 November to 15 March. The performance period is 49 days and is expected to begin 8 Jan 2001. The scope of the acquisition is for the overhauling, cleaning, inspecting, and renewing of various items aboard the USCGC GASCONADE (WLR 75401) and USCGC WYACONDA (WLR 75403) and their barges. This work includes, but is not limited to: cleaning, inspecting, and preserving diesel fuel tanks; cleaning, inspecting, disinfecting, and preserving potable water tanks; cleaning, inspecting, and preserving sewage and grey water collection and holding tanks; preserving ballast tanks on barge, fabricating and installing a new sewage tank, removing, inspecting, repairing and reinstalling propeller and intermediate shafts, including fabricating new intermediate shaft; renewing water lubricated shaft bearings, shaft sleeves, and shaft strut barrel; removing, repairing, and reinstalling propellers; removing, inspecting, renewing and reinstalling rudder assemblies for the steering and flanking systems; rebuilding rudder stock; renewing rudder lower bearing trunk; renewing upper bearing housing and supports; cleaning and testing grid coolers; renewing potable water tank vent pipe; overhauling valves and piping; inspecting and testing air receivers and relief valves; renewing tender towing knees; preserving spud and spud well on tender and barge; inspecting, overhauling, and testing barge boat davit; overhauling barge air capstan; inspecting, overhauling and testing Allied ATON Crane; preserving bulkhead and overhead surfaces in lazarette and shaft alley; preserving barge buoy deck; preserving tender and barge main weather decks; preserving underwater bodies; preserving freeboard; renewing CPO shower stall and deck covering; metal deterioration survey (ultrasonic testing); and drydocking of tender and barge. Provide logistics to cutter for systems that are affected during overhauls such as protective deck covering material, storage (paint and flammable stores), power, firemain system, parking, toilets and showers, etc. 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 under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified and intends to submit an offer on this acquisition, please respond by e-mail to kstark@mlca.uscg.mil or by fax (757)628-4676. Questions may be referred to Ms. Kathryn Stark at (757)628-4588. In your response please 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 phone numbers. At least two references are requested, but more are desirable. Your response is required by July 28, 2000. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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 small business set aside or on an unrestricted basis will be posted in the CBD. Posted 07/17/00 (D-SN475729). (0199)

Loren Data Corp. http://www.ld.com (SYN# 0066 20000719\J-0012.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com