Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2009 FBO #2762
SOURCES SOUGHT

20 -- Sources Sought for 2009 Drydock Repairs of the USCGC TAHOMA (WMEC-908)

Notice Date
6/17/2009
 
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
HSCG80-09-Q-3FA006
 
Point of Contact
Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
susan.a.kreider@uscg.mil
(susan.a.kreider@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, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. 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 Tahoma (WMEC-908), a 270 Foot B Class Medium Endurance Cutter. The vessel is homeported in Portsmouth, New Hampshire. All work will be performed at the contractor’s facility. The performance period will be FIFTY-FOUR (54) calendar days with a start date of 12 October through 04 December 2009. The scope of the acquisition is for the overhauling, preserving, cleaning and repairing of various items aboard the USCGC TAHOMA (WMEC-908), 270 FOOT B CLASS MEDIUM ENDURANCE CUTTER. This work will include, but is not limited to: 1. Clean and Inspect Fuel Service Tanks 2. Clean, Inspect and Repair Ballast Tanks 3. Remove and Reinstall Propeller Shafts, and Inspect Stern Tubes 4. Inspect Propeller Shafts and Repair Fairwater 5. Remove, Inspect, and Reinstall Port Intermediate Shaft 6. Renew Shaft Covering EA 2 7. Straighten Shaft EA 2 8. Renew Water-Lubricated Shaft Bearings Set of (3) 2 9. Renew Propeller Shaft Sleeve(s) EA 8 10. Overhaul Stern Tube Seal Assemblies 11. Remove and Reinstall Controllable Pitch Propeller Hubs 12. Service Both Onboard Controllable Pitch Propeller Systems 13. Repair Main Diesel Engine #2 Exhaust Stack 14. Renew Speed Doppler 15. Renew Depth Indicating Transducers 16. Overhaul and Renew MSW/ASW Valves 17. Overhaul Firemain Valves 18. Clean and Inspect Simplex Sea Strainers 19. Service Rudder Assemblies 20. Service Fin Stabilizer Systems 21. Perform Anchor, Anchor Chain, and Ground Tackle Maintenance 22. Preserve Anchor, Anchor Chain, and Ground Tackle 23. Preserve and Repair Chain Lockers 24. Preserve Ballast Tanks - 100% 25. Preserve Ballast Tanks - Partial 26. Preserve Underwater Body – 100% 27. Preserve Underwater Body - Partial NSP 28. Preserve Stern Tube(s) EA 2 29. Preserve Freeboard – 100% 30. Preserve Freeboard Surfaces – Partial (In Drydock) NSP 31. Routine Drydocking 32. Provide Temporary Logistics 33. Provide Support for Performance of Sea Trials 34. Preserve Refrigerated and Dry Stores Bilge Surfaces 35. Repair JP-5 Pump Room Bilge 36. Preserve Designated Engine Room Bilge Surfaces 37. Perform Designated Structural Repairs 38. Repair Hull at JP-5 Fuel Storage Tank 39. Renew Structural Closures 40. Renew Balanced Joiner Door 41. Perform Anchor Windlass Maintenance, Starboard 42. Remove, Inspect, and Reinstall Starboard Intermediate Shaft 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 Susan.A.Kreider@uscg.mil or by fax (757) 628-4676. Questions may be referred to Susan Kreider at (757) 628-4644. 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 June 30, 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 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-09-Q-3FA006/listing.html)
 
Record
SN01847822-W 20090619/090617235620-4502d7d5dc84b43a2026d21c23801ef7 (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.