SOURCES SOUGHT
J -- Dockside Repairs to the USCGC Tampa (WMEC-902)
- Notice Date
- 4/28/2009
- 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
- 021109-DS
- Archive Date
- 5/21/2010
- 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 Tampa (WMEC-902), a 270 foot “A” class medium endurance cutter. All work will be performed at the vessels home port located in Portsmouth, Virginia. The performance period is fifty-four (54) calendar days and is expected to begin on or about November 2, 2009. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC Tampa (WMEC-902). This work will include, but is not limited to: perform ultrasonic thickness measurements; install nelson blocks; renew articulating crane hydraulic piping; clean and inspect JP-5 service tank; clean and inspect ballast tanks and voids; preserve ballast tanks and voids – partial or 100%; renew ventilation ducting insulation; reseal berthing area decks; reseal plenum decks; renew avionic workshop deck; renew various deck drain hardware; renew decon locker bulkhead insulation; renew various bulkhead and overhead insulation; Renew cmwd valves; renew wasted bulkhead metal; renew structural closure; overhaul and renew firemain valves; renew decon locker heater; overhaul asw valve; clean and inspect ventilation systems; perform anchor, anchor chain, and ground tackle maintenance; warping capstan level 2 inspect and repair; 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 and FAR 19.1405, 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 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 May 19, 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=1a610cf98dcd598003af5d809b8f05e1&tab=core&_cview=1)
- Place of Performance
- Address: Portsmouth, Virginia, United States
- Record
- SN01803333-W 20090430/090428220142-1a610cf98dcd598003af5d809b8f05e1 (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 |