SOURCES SOUGHT
J -- USCGC CYPRESS FY10 DRYDOCK REPAIRS
- Notice Date
- 8/14/2009
- 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
- USCG_CYPRESS_FY10_DRYDOCK
- Archive Date
- 8/25/2010
- Point of Contact
- Lisa Dieli, Phone: 757-628-4647
- E-Mail Address
-
lisa.dieli@uscg.mil
(lisa.dieli@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 NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC CYPRESS (WLB-210), a 225 FOOT SEAGOING BUOY TENDER. The home pier of the vessel is located at 101 S. Broad St., Mobile, AL 36615. The performance period is SEVENTY (70) calendar days and is expected to begin on or about 01 FEBRUARY 2010 and end on or about 12 APRIL 2010. The scope of the acquisition is for various repairs including but not limited to: clean and inspect sewage collection and holding tanks; renew watertight door; clean and inspect MDE, SSDG and boiler exhaust uptakes; clean diesel generators in -place; inspect and test main breakers; repair supply ventilation systems (S1-23-2, S1-14-2); renew rudder blades; overhaul bow and stern thruster motors; disassemble and repair starboard hydraulic chain stopper; repair cargo hatch; repair SORs hold hatch; inspect and repair Wellin-Lambie davit (Level II); perform repairs Wellin-Lambie davit; 225B WLB buoy crane - operate and inspect system and submit report; 225B WLB buoy crane - renew DCV block; clean grey water piping system ; clean sewage piping system; modify sewage tank float switch flange; inspect various deck fittings; renew D-ring tie downs; install new deck covering systems; preserve buoy working areas; preserve weather decks; routine drydocking; provide temporary logistics; 25 MM magazine modifications - B class; composite labor rate; GFP report; and laydays. 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 Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by August 25, 2009 on/before 04:30 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 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/USCG_CYPRESS_FY10_DRYDOCK /listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN01912878-W 20090816/090815003158-04a3616c225501ebf30dcb512694cefc (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 |