MODIFICATION
J -- SOURCES SOUGHT FOR 2008 DRYDOCK REPAIRS USCGC SEA HORSE (WPB-87361)
- Notice Date
- 1/14/2008
- Notice Type
- Modification
- 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-060908-DD
- Response Due
- 1/22/2008
- Archive Date
- 6/20/2008
- Point of Contact
- Louis Romano, Contracting Officer, Phone (757)628-4651, Fax (757)628-4676
- E-Mail Address
-
Louis.J.Romano@uscg.mil
- Description
- THE SOURCES SOUGHT NOTICE POSTED ON JANUARY 12, 2008 IS CORRECTED AS FOLLOWS: THE END DATE OF THE FORTY-TWO (42) CALENDAR DAY PERFORMANCE PERIOD IS CORRECTED TO READ 21 JULY 2008 INSTEAD OF THE 14 JULY 2008 DATE ORIGINALLY SHOWN IN THE SOURCES SOUGHT NOTICE. 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 $100,000.00 and $250,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC SEA HORSE (WPB-87361), an 87 FOOT PATROL BOAT. The homeport of the vessel is Portsmouth, Virginia. The performance period is FORTY-TWO (42) calendar days and is expected to begin on or about 09 JUNE 2008 and end on or about 14 JULY 2008. This acquisition is geographically restricted to an area within 600 nautical miles of the vessel?s homeport of Portsmouth, Virginia.. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC SEA HORSE (WPB-87361). This work will include, but is not limited to: welding repairs, remove, inspect, and reinstall propellers, remove, inspect and reinstall propeller shafts, repair shaft; straighten shaft; clean and inspect fuel and waste oil tanks(excludes fuel offload & disposal), clean and inspect sewage and grey water tanks, renew water-lubricated shaft bearings, perform minor repairs and reconditioning of propeller, renew transducer; preserve transducer hull ring; realign main engine /reduction gear; inspect government-furnished propeller shaft; clean and inspect simplex sea strainers; clean sewage and grey water piping systems; preserve forward peak compartment; preserve main deck surfaces; preserve rhib wet notch deck and stern door interior surfaces; renew studs; preserve underwater body; preserve freeboard; painting of draft marks; renew cathodic protection system; inspect transducer fairing; renew transducer fairing; routine dry-docking; remove, inspect and reinstall rudder assemblies; provide temporary logistics; additional fuel removal and disposal (up to 250 gallons); laydays, composite labor and provide additional temporary logistics. 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 22, 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: THIS REQUIREMENT IS GEOGRAPHICALLY RESTRICTED TO AN AREA WITHIN 600 NAUTICAL MILES OF THE VESSELS HOMEPORT OF PORTSMOUTH, VIRGINIA.
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01484762-W 20080116/080114223350 (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 |