Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2009 FBO #2603
SOURCES SOUGHT

J -- Sources Sought for 2009 Dockside Repairs of the USCGC Abbie Burgess (WLM-553)

Notice Date
1/9/2009
 
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
050409-DD
 
Archive Date
1/29/2010
 
Point of Contact
Tomeka Evans,, Phone: 757-628-4666, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
tomeka.evans@uscg.mil, mildred.a.FIGUEREO@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, 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 for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs to the USCGC Abbie Burgess (WLM-553), a 175 foot coastal buoy tender. All work will be performed at the vessels homeport located at 54 Tilson Ave., Rockland, Maine. The performance period is forty-two (42) calendar days and is expected to begin on or about May 4, 2009. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC Abbie Burgess (WLM-553). This work will include, but is not limited to: clean, inspect and test hot water accumulator tank and hydro pneumatic tank, clean shipboard ventilation systems-galley and gaylord, inspect various deck fittings, perform davit repairs – renew winch assembly, solenoid and valves, perform slewing arm davit level 2 maintenance, clean and inspect ship service diesel generator motors, preserve buoy working areas, preserve deck plate surfaces, renew hoses, perform buoy chain winch maintenance and EC 175-A-050 modification, install window wiper modifications, modify sewage tank vent piping, composite labor, 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. In accordance with FAR 19.1305, FAR 19.1405, and FAR 19.502, if your firm is HUBZone certified, a Service-Disabled Veteran-Owned Small Business, or a Small Business Concern and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to tomeka.evans@uscg.mil or by fax at (757) 628-4676. 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 23, 2009 at 4:30 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, SDVOSB set-aside, or small business set-aside, will be posted in the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95d877bcca8a2ee36e3b51be9112ba10&tab=core&_cview=1)
 
Place of Performance
Address: 54 Tilson Ave, Rockland, Maine, 04841, United States
Zip Code: 04841
 
Record
SN01730257-W 20090111/090109222558-95d877bcca8a2ee36e3b51be9112ba10 (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.