SOURCES SOUGHT
J -- SOURCES SOUGHT FOR 2007 DOCKSIDE REPAIRS USCGC ESCANABA (WMEC-907)
- Notice Date
- 1/11/2007
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-052807-DS
- Response Due
- 1/18/2007
- Archive Date
- 5/28/2007
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. 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 acquisition is for the dockside repairs to the USCGC ESCANABA (WMEC-907), a 270 FOOT ?B- CLASS? MEDIUM ENDURANCE CUTTER. The homeport of the vessel is Boston, Massachusetts. The performance period is FIFTY-FOUR (54) calendar days and is expected to begin on or about 28 MAY 2007 and end on or about 20 JULY 2007. This requirement is to be performed at the vessel?s homeport in Boston, MA. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC ESCANABA (WMEC-907). This work will include, but is not limited to: clean and inspect diesel generators in place, varnish-treatment, clean various shipboard ventilation systems, clean, inspect and test hot water accumulator tank, preserve hot water accumulator tank, up to 10%, flush fin stabilizer systems, overhaul starboard anchor and anchor chain, repair helo hangar and door systems, varnish-treat hangar door motor, rewind rotor, rewind stator, preserve and disinfect potable water tanks, preserve bilge and tank top surfaces in auxiliary machine space #2, renew various deck covering systems, composite labor rate, GFP report and travel and per diem. 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, the 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 or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to lromano@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. In your response you must include: (a) a positive statement of your intention 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 telephone numbers. At least two references are requested, but more are desirable. Your response is required by January 18, 2007 at 4:00 PM, EST. 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. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business 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. 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 an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
- Place of Performance
- Address: THE PLACE OF PERFORMANCE WILL BE THE VESSEL'S HOMEPORT IN BOSTON, MA.
- Zip Code: 02109
- Country: UNITED STATES
- Record
- SN01209410-W 20070113/070111220353 (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 |