Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2004 FBO #1074
SOURCES SOUGHT

J -- DOCKSIDE REPAIR OF USCGC JOSHUA APPLEBY (WLM-556)

Notice Date
11/2/2004
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, 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
DS-JOSHUAAPPLEBY
 
Response Due
11/12/2004
 
Archive Date
11/27/2004
 
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 $100,000.00 and $250,000.00. The small business size standard is less than 1,000 employees, NAICS Code is 336611 and the SIC is 3731. The acquisition is for DOCKSIDE repairs to the USCGC JOSHUA APPLEBY (WLB-556), a 175 Foot Buoy Tender. The Joshua Appleby is homeported in St. Petersburg, FL. All work will be performed at the vessel?s home pier at St. Petersburg, FL. The performance period will be 43 calendar days with a start date of 9 May 2005. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC JOSHUE APPLEBY (WLB-556). This work will include, but is not limited to: renewing hatches, relocating KDF-538 direction finder, upgrading fluxgate digital compass system, reinsulating main diesel engine and ship service diesel generator, installing main diesel engine combustion air inlet duct system and changing out main diesel engine crankcase breathers, renewing engine room ventilation ducting, installing sewage system isolation valves, preserving weather decks, and providing temporary logistics. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, this acquisition will be issued as a Small Business Set-Aside. 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 HYPERLINK mailto:wculbreth@mlca.uscg.mil wculbreth@mlca.uscg.mil or by fax (757) 628-4676/75. Questions may be referred to Wendy Culbreth at (757) 628-4657. 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 references are requested, but more are desirable. Your response is required by 12 November 2004. 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 FedBizOpps website at http://www.esp.gov.
 
Record
SN00702409-W 20041104/041102211522 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.