SOURCES SOUGHT
20 -- USCGC JEFFERSON ISLAND (WPB-1340) DRYDOCK
- Notice Date
- 1/30/2009
- 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
- USCGC_JEFFERSON_ISLAND
- Point of Contact
- Nancy M Brinkman,, Phone: 757-628-4579, Louis J Romano,, Phone: (757)628-4651
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE 01/30/2009 The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. 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 NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC JEFFERSON ISLAND (WPB-1340), 110 FOOT CUTTER. NOTE: This vessel has a 540 Nautical Mile restriction from its homeport of Portland, Maine. All work will be performed at the contractor’s facility. The performance period will be FORTY-TWO (42) calendar days with a start date on or about 13 JULY 2009 through 24 August 2009. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC JEFFERSON ISLAND (WPB-1340), 110 FOOT CUTTER. This work will include, but is not limited to: 1.Routine Drydocking. 2.Provide Temporary Logistics. 3.Clean and Inspect Fuel Stowage and Overflow Tanks. 4.Clean and Inspect Fuel Service Tanks. 5.Clean and Inspect Oil and Oily Waste Tanks. 6.Preserve Oil and Oily Water Tanks – Partial. 7.Preserve Oil and Oily Water Tanks - 100%. 8.Clean and Inspect Sewage Collection and Holding Tanks. 9.Clean and Inspect Grey Water Collection and Holding Tanks. 10.Clean Sewage Piping System. 11.Clean Grey Water Piping System. 12.Install New Grey Water Pumps and Piping. 13.Renew Floating Deck System in Galley and Mess Deck. 14.Overhaul Duplex Sea Strainers. 15.Clean and Inspect Heat Exchangers. 16.Overhaul Stabilizing Fins. 17.Overhaul and Renew Sea Valves. 18.Remove, Inspect, and Reinstall Propellers. 19.Repair Propeller Root Erosion. 20.Remove, Inspect, and Reinstall Propeller Shafts. 21.Overhaul Mechanical Shaft Seal Assemblies. 22.Inspect and Maintain Cathodic Protection System. 23.Renew Capastic Fairing. 24.Renew Water-Lubricated Propeller Shaft Bearings. 25.Inspect Bronze Sleeves in Various Areas. 26.Renew Vulcan Coupling and Realign to Main Diesel Engine. 27.Remove, Inspect and Reinstall Rudder Assemblies. 28.Overhaul Steering Gear Components. 29.Preserve Forward Peak Compartment. 30.Renew Depth Indicating Transducer. 31.Preserve Underwater Body, Partial. 32.Preserve Underwater Body, 100%. 33.Renew Through-Deck Packing Glands. 34.Preserve Forward Auxiliary Machinery Space. 35.Inspect MDE Exhaust System. 36.Renew Cofferdam Bilge Pipe. 37.Install Cofferdams in Galley. 38.Install Hot Water-On-Demand Units. 39.Install New Searchlight. 40.Install Main Diesel Engine Duplex Sea Strainers. 41.Replace Reverse Osmosis Watermakers. 42.Modify Oily Water Separator Piping. 43.Ultrasonic Thickness Measurements. 44.Repair Bridge Wing Weather Deck. 45.Preserve Deck In CPO Stateroom. 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, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Nancy.M.Brinkman@uscg.mil or by fax (757) 628-4676. Questions may be referred to Nancy Brinkman at (757) 628-4579. In response please include the following: (a) a positive statement of your intent 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 phone numbers. At least two (2) references are requested, but more are desirable. Your response is required by February 10, 2009 at 1:00 p.m. E.S.T. 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 a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d79e6ba2fd203bc39aa4a16f860be2d3&tab=core&_cview=1)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN01741256-W 20090201/090130220055-d79e6ba2fd203bc39aa4a16f860be2d3 (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 |