Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2008 FBO #2376
SOURCES SOUGHT

J -- USCGC Key Biscayne ( WPB-1339) Drydock repairs

Notice Date
5/27/2008
 
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, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
KeyBiscayneDD
 
Archive Date
5/27/2009
 
Point of Contact
Beverly A Garner,, Phone: (757) 628-4663
 
E-Mail Address
Beverly.A.Garner@uscg.mil
 
Small Business Set-Aside
N/A
 
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 only. The estimated value of this procurement is between $250,000.00 and $500,000.00. The NAICS Code is 336611. The small business standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC Key Biscayne (WPB-1339), a 110 foot C class class patrol boat, at the contractors facility. The vessels homeport is Key West, FL. The vessel availability is for approximately forty-two (42) calendar days, starting on or about October 13, 2008 and ending November 23, 2008.. The scope of this acquisition is for repairs of various items aboard the USCGC Key Biscayne (WPB-1339). The work will include, but is not limited to welding repairs, routine drydocking, provide temporary logistics, additional temporary logistics, clean and inspect fuel service tanks, clean and inspect fuel stowage and overflow tanks, clean and inspect oil and oily waste tanks, preserve oil tanks partial, preserve oil tanks, clean and inspect sewage and grey water collection and holding tanks, preserve sewage and grey water collection and holding tanks partial, preserve sewage and grey water collection and holding tanks, clean sewage piping system, clean grey water piping system, clean and disinfect potable water tanks, preserve and disinfect potable water tanks partial, preserve and disinfect potable water tanks, clean and inspect heat exchangers, inspect MDE exhaust system, overhaul stabilizing fins, overhaul and renew sea valves, overhaul and renew firemain valves, overhaul and renew ASW valves, overhaul and renew bilge and ballast valves, remove, inspect and reinstall propellers, repair propeller root erosion, balance propeller, remove, inspect, and reinstall propeller shafts, overhaul mechanical shaft seal assemblies, inspect and maintain cathodic protection system, renew water lubricated propeller shaft bearings, inspect bronze sleeves in various areas, remove, inspect, and reinstall rudder assemblies, overhaul steering gear components, renew speed Doppler, renew depth indicating transducer, preserve underwater body partial, preserve underwater body, prepare and coat topside surfaces, preserve bilges surfaces in various locations, preserve forward void, renew insulation in various compartments, modify oily water separator piping, install MDE duplex sea strainers, replace reverse osmosis water maker, renew through desk packing glands, renew shower stalls, renew ship service generator set, renew main diesel engine, renew CO and XO cabin windows, ultrasonic thickness measurements, and renew capastic fairing. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications procedures. At the present time, this 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 FAR 19.1405 if your firm is Service- Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to beverly.a.garner@uscg.mil or by fax (757) 628-4676. Questions may be addressed to Beverly Garner, Contract Specialist at (757) 628-4663. In your response please include the following: (1) a positive statement of your intent to submit a quote for this solicitation as a prime contractor; (2) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (3) past performance references with points of contact and phone numbers. At least two references are requested, but more are desirable. 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 or employees of other HUBZone small business concerns. Contractors are also 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. Your response is required by June10, 2008. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside or Service-Disabled Veteran-Owned 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 Small Business Set Aside, Service-Disabled Veteran-Owned Small Business Set-Aside, a Small Business Set-Aside, or on an unrestricted basis will be posted on the FEDBIZOPS website at http://www.fbo.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=320d7a4f04fdc9649ac217182b189d44&tab=core&_cview=1)
 
Record
SN01581068-W 20080529/080527215646-320d7a4f04fdc9649ac217182b189d44 (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.