Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOURCES SOUGHT

J -- USCGC STATEN ISLAND 09 DRYDOCK REPAIR

Notice Date
2/26/2009
 
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
CGCSTATENISLAND09DDSOURCESSOUGHT
 
Archive Date
4/30/2009
 
Point of Contact
Louis J Romano,, Phone: (757)628-4651, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
louis.j.romano@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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC STATEN ISLAND (WPB-1345), a 110 FOOT C CLASS PATROL BOAT. The homeport of the vessel is Atlantic Beach, North Carolina. The performance period is SEVENTY (70) calendar days and is expected to begin on or about 06 JULY 2009 and end on or about 13 SEPTEMBER 2009. This acquisition is geographically restricted to an area no greater than 500 nautical miles from the cutter’s homeport of Atlantic Beach, NC. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC STATEN ISLAND (WPB-1345). This work will include, but is not limited to: renew steel shell plating, renew steel structural plating, renew aluminum structural plating, renew eroded aluminum welds, welding repairs – crack (steel), welding repairs – crack (aluminum), perform steel structural member repairs – 1” x 3” steel t-bar framing, clean and inspect fuel service tanks, clean and inspect fuel stowage and overflow tanks, clean and inspect grey water collection and holding tanks, clean and inspect sewage collection and holding tanks - partial, clean sewage piping system, preserve oil and oily water tanks – partial, preserve oil and oily water tanks – 100%, clean and inspect heat exchangers, renew sea strainers, renew sea valves, clean and inspect oil and oily waste tanks, inspect main diesel engine exhaust system, renew floating deck system in aft berthing, overhaul stabilizing fins, remove, inspect and reinstall propellers, remove, inspect and reinstall propeller shafts, repair propeller root erosion, overhaul mechanical shaft seal assemblies, inspect and maintain cathodic protection system, renew water-lubricated propeller shaft bearings, inspect bronze sleeves, remove, inspect and reinstall rudder assemblies, overhaul steering gear components, renew speed doppler, renew depth indicating transducer, preserve underwater body – partial, preserve underwater body – 100%, preserve forward peak compartment, routine dry docking, provide temporary logistics, upgrade fire alarm system, install new grey water pumps and piping, improve ship’s ventilation (EC 110-C-064), install gooseneck vents (EC No. 110-C-099), install cofferdams in galley (EC 110-B-120), renew sanitizer, install hot water on-demand units, install new life rafts, install new searchlight, install main diesel engine duplex sea strainers, replace reverse osmosis watermakers, modify oily water separator piping, ultrasonic thickness measurements, renew insulation in various compartments, renew deck covering system(s), renew false bulkheads, preserve and insulate aft steering compartment, preserve surfaces in engine room, restore hull structural integrity, renew structural closures, composite labor rate, GFP report and lay days. 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 Louis.J.Romano@.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 March 09 2009 at 1:00 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f53ea84502146a0f674ed1761ed5ea8e&tab=core&_cview=1)
 
Place of Performance
Address: This requirement is geographically restricted to an area within 500 nautical miles of the vessels hoemport of Atlantic Beach, North Carolina., United States
 
Record
SN01758199-W 20090228/090226221253-f53ea84502146a0f674ed1761ed5ea8e (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.