SOLICITATION NOTICE
J -- DRYDOCK REPAIRS
- Notice Date
- 5/18/2009
- Notice Type
- Presolicitation
- 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
- DDNEAHBAY2009
- Archive Date
- 5/21/2010
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591, Mildred A Anderson, Phone: (757)628-4637
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil, mildred.a.FIGUEREO@uscg.mil
(Sandra.A.Martinez@uscg.mil, mildred.a.FIGUEREO@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States 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 small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC NEAH BAY (WTGB 105), a 140-foot Icebreaking Tug.. The USCGC NEAH BAY (WTGB 105) homeport is the CLEVELAND, OH. GEOGRAPHICAL RESTRICTIONS: GREAT LAKES. Anticipated start date on or about 5 Oct 2009 through 16 Nov 2009. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC NEAH BAY (WTGB 105). This work will include, but is not limited to: Perform Ultrasonic Thickness Measurements – Underwater Hull Plating, Clean and Inspect Fuel Service Tanks, Clean and Inspect Grey Water Collection Holding Tanks, Remove, Inspect, and Reinstall Propeller Shaft, Remove, Inspect, and Reinstall Propeller. Renew Depth Indicating Transducer, Overhaul and Renew Sea Valves, Remove, Inspect and Reinstall Rudder Assembly, Preserve Underwater Body 100%, Preserve Stern Tube, Preserve Superstructure, Preserve Exterior, Exhaust Stack Surfaces, Routine Drydocking, Provide temporary Logistics, Replace Shaft Seal Assembly, Upgrade Lube Oil Purifier, Overhaul Fuel Tank Level Indicators, and Renew Water Lubricate Shaft Bearing. 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 your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676.Questions may be referred to Sandra Martinez at (757) 628-4591. 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. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (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. Your response is required by close of business on May 28, 2009. 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, small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDNEAHBAY2009/listing.html)
- Record
- SN01821090-W 20090520/090518234914-881e1166e704ef769ead372ff11b0f76 (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 |