SOURCES SOUGHT
J -- USCGC FINBACK WPB-87314
- Notice Date
- 2/14/2006
- 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-WPB87314
- Response Due
- 2/21/2006
- Archive Date
- 2/14/2007
- Description
- The United States Coast Guard is considering whether or not to set aside an acquisition for Hubzone Set-Aside or Service-Disabled Veteran-Owned Small Business The estimated value of this procurement is $100,000.00 and $175,000.00. The small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK repairs to the USCGC FINBACK (WPB-87314). The homeport is Cape May, NJ. All work will be performed at the contractor?s facility. The performance period will be 42 calendar days with a start date of July 10, 2006. The scope of the acquisition is for dry docking; welding repairs; clean and inspect fuel and waste oil tanks; clean sewage and grey water collection and holding tanks; realign main engine/reduction gear; remove, inspect and reinstall propeller shaft; repair shaft; straighten shaft; inspect water-lubricated shaft bearings; remove, inspect, and reinstall propeller; perform minor repairs and reconditioning of propeller; preserve transducer hull ring; overhaul and renew valves; remove, inspect and reinstall rudder assemblies; preserve forward peak compartment; install slip resistant sheets on main deck surfaces; preserve RIB wet notch deck and stern door interior surfaces; preserve underwater body; preserve freeboard; renew cathodic protection system; inspect transducer fairing; routine drydocking ; provide temporary logistics; inspect hull plating. Provide logistics to vessel that are affected during drydocking 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 Restrictions applies to the vessel: Restricted from Jonesboro, ME to Shallottee Inlet, NC. At the present time this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is 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. In response, please include the following: (a) a positive statement of your intent to submit a quotation 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 phone 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 February 21, 2006. All of the above must be submitted in sufficient detail for a decision to be made on a HubZone Set-Aside, Service-Disabled Veteran-Owned Small Business or a Small Business Set-Aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HubZone Set-Aside, Service-Disabled Veteran-Owned Small Business or Small Business Set-Aside or on an unrestricted basis will be posted on the FEDBizOps website at http://www.eps.gov.
- Record
- SN00987604-W 20060216/060214211603 (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 |