SOURCES SOUGHT
J -- SOURCES SOUGHT NOTICE, CGC KATMAI BAY (WTGB 101) DRYDOCK
- Notice Date
- 1/17/2006
- 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
- Reference-Number-WTGB-101
- Response Due
- 1/27/2006
- Archive Date
- 9/30/2006
- Description
- 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 estimated value of this procurement is between $250,000.00 and $500,000.00. 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 KATMAI BAY (WTGB-101), a 140 foot ice breaking tug. The USCGC KATMAI BAY is homeported in Sault Ste. Marie, MI. All work will be performed at contractor's facility. The USCGC KATMAI BAY is geographically restricted TO THE Great Lakes. The performance period will be forty-nine (49) calendar days with a start date on or about 05 June 2006. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC KATMAI BAY (WTGB-101). This work will include, but is not limited to: drydocking the vessel, cleaning and disinfecting potable water tanks, cleaning sewage and grey water collection and holding tanks, renewing door hatches and scuttles, remove, inspect and reinstall propeller, preserve transducer hull ring, clean ventilation systems, overhaul and renew valves, overhaul duplex sea strainers, remove, inspect and reinstall rudder assembly, overhaul anchor windlass assembly, overhaul warping capstan assembly, clean sewage and grey water piping systems, preserve underwater body, preserve freeboard, welding repairs, clean and inspect raw water air cooler heat exchangers, clean and test coolers, repair recirculating ventilation enclosure, inspect and test relief valves, overhaul anchor and anchor chain, inspect and preserve hull frame in paint locker, service life rafts and hydrostatic releases, renew life-line stanchions, provide temporary berthing for crew, provide temporary messing for crew and provide logistics to cutter for systems that are affected during overhauls. 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 Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to sclark@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Stephen Clark at (757) 628-4648. 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, SDVOSB Small Business or Small Business set aside, 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 or 52.214-6, 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 January 27, 2005. 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 set aside or Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov.
- Record
- SN00967317-W 20060119/060117211532 (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 |