Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOURCES SOUGHT

J -- DRYDOCK REPAIRS TO THE USCGC ELM (WLB 204)

Notice Date
8/22/2007
 
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
HSCG80-07-Q-3FAN40
 
Response Due
9/14/2007
 
Archive Date
4/30/2008
 
Point of Contact
Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676, - Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676,
 
E-Mail Address
Cindy.E.Floyd@uscg.mil, Cindy.E.Floyd@uscg.mil
 
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 Business. 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 ELM (WLB 204), a 225 foot Sea Going Buoy Tender. The homeport of the USCGC ELM is located at Atlantic Beach, North Carolina. The repairs shall be performed at the contractor?s facility. The performance period is 70 calendar days and is expected to begin on or about October 01, 2007. The evaluation on this procurement will be as follows: Past Performance is more important than price. Contractors are to provide any information with experience with the same or similar work items listed below. Provide at least two references with point of contacts and telephone numbers. The work items include but are not limited to: Remove, Clean, Inspect and Reinstall the Controllable Pitch Propeller Hub and Blades; Clean Sewage and Grey Water Piping Systems; Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; Clean and Inspect Fuel and Oil Tanks; Inspect Portlight Foundations; Stern Tube Seawater Supply Modifications; Hydraulic Chain Stopper Maintenance; Preserve Ballast Tanks, Diesel Service Tanks and Voids; Preserve ATON Shop and Store Room Deck; Preserve Underwater Body; Clean and Inspect Chain Lockers; Remove Tranducers and Preserve Transducer Hull Rings; Preserve Buoy Ports; Perform Anchor and Anchor Chain Maintenance; Remove and Reinstall Interferences for Ship?s Structure and Machinery Evaluation Board Inspection; Overhaul and Renew Valves; Remove, Inspect, and Reinstall Propeller Shaft; Remove, Inspect, and Reinstall Rudder Assembly; Renew Fuel Tank Vents; Renew Fuel Oil Transfer Valves; Overhaul Stern Tube Seal Assembly; Preserve Foc?sle Weather Deck; Renew Auxiliary Seawater System Piping Component; Renew Fan Coil Units; Install Reefer Alarm; Perform Buoy Chain Winch Maintenance; Provide Temporary Logistics; Routine Drydocking; Ventilation Modifications in Various Locations (EC No. 225-B-092 Prototype); Renew Water-Lubricated Shaft Bearings 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 total small business competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Cindy.E.Floyd@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Cindy Floyd at (757) 628-4653. In your response please include: (a) a positive statement of your intention to submit an offer 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 July 24th, 2007 to this sources sought notice. 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 a restricted acquisition. Contractor?s are reminded that should this acquisition become a HUBZone set aside or SDVOSBA Small Business, 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, 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. 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. 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 on the FedBizOps website at http://www.fedbizopps.gov/
 
Record
SN01380868-W 20070824/070822220652 (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 |
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.