SOURCES SOUGHT
J -- DRY DOCK REPAIRS, USCGC KANKAKEE (WLR-75500)
- Notice Date
- 1/7/2003
- Notice Type
- Sources Sought
- Contracting Office
- 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
- ZIP Code
- 23510-9102
- Solicitation Number
- Reference-Number-WLR75500
- Archive Date
- 2/4/2003
- Point of Contact
- Arlene Woodley, Contract Specialist, Phone (757) 628-4645, Fax (757) 628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
- E-Mail Address
-
awoodley@mlca.uscg.mil, mmonahan@mlca.uscg.mil
- Description
- 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 $300,000. The small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK repairs to the USCGC KANKAKEE (WLR-75500), a 75 foot river buoy tender and 130 foot barge. The homepier is Memphis, TN. All work will be performed at the contractor's facility. The performance period will be 54 days with a start date of 18 May 2003. The scope of the acquisition is for the dry docking, repairing and renewal of various items aboard the USCGC KANKAKEE (WLR-75500). This work will include, but is not limited to: weld repairs; clean diesel fuel tanks; removal and disposal of additional fuel; remove, inspect and reinstall propeller shafts; straighten shaft; renew water lubricated shaft bearings; renew propeller shaft sleeves; remove, inspect and reinstall propellers; perform minor repair and reconditioning of propeller; clean and test grid coolers; clean shipboard ventilation systems; overhaul vaneaxial fan/motor assemblies; varnish treat motor; rewind rotor windings for motor; rewind stator windings for motor; overhaul and renew valves; remove, inspect and reinstall rudder assembly; renew tender towing knees; preserve spud and spud well on tender and barge; renew liners in tender and barge spud wells; renewal of barge spud well liners; renewal of tender spud well liners; inspect various deck fittings; preserve barge buoy deck; preserve underwater body; renew draft figures barge; renew draft figures tender; Condition A Barge (Entire U/W Body); Condition B Barge (Entire U/W Body); Condition A Tender (Entire U/W Body); Condition B Tender (Entire U/W Body); provide temporary messing and berthing; provide additional temporary messing and berthing; provide temporary logistics; routine drydocking of barge and tender; modify barge side shell plating; renew barge buoy port insert plating; preserve forepeak tank; overhaul steering and flanking rudders hydraulic cylinders; preserve lazarette bulkheads and overhead; preserve bilge surfaces in the lazarette. Provide logistics to tender and barge for systems that are affected during dry docking such as protective deck covering material, storage, lights, power, telephones, toilets and showers. Trained welders who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. The following Geographic Restriction applies to tender and barge: Restricted to the Western Rivers of the United States. The Western Rivers means the navigable portions of the Mississippi River and its tributaries above mile 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 excluded unprotected or open waters such as Mobile Bay, Lake Borgne, and the Gulf of Mexico. At the present time, this 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 awoodley@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Arlene Woodley at (757) 628-4645. 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 and (c) past performance references with point of contact and phone numbers. At least two references are requested but more are desirable. Your response is required by January 20, 2003. 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 on the FedBizOps website at http://www.eps.gov.
- Record
- SN00234829-W 20030109/030107213333 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |