SOURCES SOUGHT
J -- DRYDOCK REPAIRS OF USCGC CHINOOK (WPB-87308)
- Notice Date
- 2/28/2005
- 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
- DDUSCGCCHINOOK(WPB87308)
- Response Due
- 3/9/2005
- Archive Date
- 3/24/2005
- 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. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC CHINOOK (WPB-87308), an 87 Foot Patrol Boat. The USCGC CHINOOK is homeported in New London, CT. All work will be performed at contractor's facility. The USCGC CHINOOK is geographically restricted from Jonesboro, ME to Shallottee Inlet, NC. The performance period will be 42 calendar days with a start date of 25 July 2005. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC CHINOOK (WPB-87308). This work will include, but is not limited to: welding repairs; realign main engine/reduction gear; removing, inspecting, and reinstalling propeller shafts; inspecting water lubricated shaft bearings; renewing intermediate and aft bearing; removing, inspecting and reinstalling propellers; preserving transducer hull rings; overhaul and renew valves; removing, inspecting and reinstalling rudder assemblies; preserving rib wet notch deck and stern door interior surface; preserving underwater body; preserve freeboard; modify and renew cathodic protection system; routine drydocking; inspect hull; erect mast scaffolding. Provide logistics to cutter for systems that are affected during overhauls such as, office space, telephone, parking, duty section berthing, lights, power, compressed air, heavy lift equipment, refuse disposal, dry, paint and flammable stores. 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 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 and (d) if your company does not own a drydock, a letter of commitment from the company providing the drydock during the performance period of this availability. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside, will apply, which requires that at least 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 March 9, 2005. 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 small business set-aside. A decision on whether this will be pursued as a HUBZone small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.eps.gov.
- Record
- SN00759290-W 20050302/050228211525 (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 |