Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOURCES SOUGHT

J -- Drydock repairs to USCGC Harriet Lane (WMEC-903)

Notice Date
8/18/2009
 
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
HarrietLaneDDFY10
 
Archive Date
8/18/2010
 
Point of Contact
Beverly A Garner, Phone: (757) 628-4663, FREDRICK BARAT BAECHLE, Phone: 757 628 4652
 
E-Mail Address
Beverly.A.Garner@uscg.mil, FREDRICK.B.BAECHLE@USCG.MIL
(Beverly.A.Garner@uscg.mil, FREDRICK.B.BAECHLE@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 only. The estimated value of this procurement is between $1,000,000,00 and $5,000,000.00. The NAICS Code is 336611. The small business standard is less than 1,000 employees. The acquisition is for dockside repairs to the USCGC HARRIET LANE (WMEC-903), a 270 foot A Class Medium Endurance cutter, at the contractors facility. The vessel availability is for approximately fifty-three (53) calendar days, starting on or about January 18, 2010. The scope of this acquisition is for repairs of various items aboard the USCGC USCGC HARRIET LANE (WMEC-903) which is homeported in Portsmouth, VA. The work will include, but is not limited to 1. Perform Ultrasonic Thickness Measurements 2. Perform Anchor, Anchor Chain, and Ground Tackle Maintenance 3. Clean and Inspect Ballast Tanks and Voids 4. Remove, Inspect, and Reinstall Propeller Shafts 5. Repair and Renew Thrust Bearings 6. Inspect Stern Tubes Seal Assemblies 7. Renew Stern Tubes Seal Assemblies 8. Renew Shaft Covering 9. Straighten Shaft 10. Renew Water-Lubricated Shaft Bearings 11. Service and Reinstall Controllable Pitch Propeller Hubs 12. Both Onboard Controllable Pitch Propeller Systems 13. Service Rudder Assemblies 14. Service Fin Stablizer Systems 15. Clean Ship Service Diesel Generator Exhaust Stacks 16. Overhaul and Renew Sea Valves 17. Perform Magazine Sprinkler Valve Maintenance 18. Overhaul Exhaust Valves 19. Perform Inspection and Maintenance of TALON Helicopter Landing Grid 20. Perform Commissary Hoist Maintenance 21. Renew Depth Indicating Transducers 22. Routine Dry-docking 23. Provide Temporary Logistics 24. Preserve Anchor and Anchor Chain 25. Preserve Ballast Tanks and Voids 100 percent 26. Preserve Ballast Tanks and Voids Partial 27. Preserve Underwater Body 100 percent 28. Preserve Underwater Body Partial 29. Renew Overhead 30. Renew #2 Fire Pump Foundation 31. Renew Ventilation Expansion Joint 32. Renew Lube Oil Fill Piping 33. Renew Fuel Vent Piping 34. Inspect and Repair Air Handlers 35. Renew Air Handlers 36. Renew Hull Insulation 37. Upgrade Air Conditioning Chilled Water Pumps All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications procedures. At the present time, this 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 FAR 19.1405 if your firm is Service- Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to beverly.a.garner@uscg.mil or by fax (757) 628-4676. Questions may be addressed to Beverly Garner, Contract Specialist/Officer at (757) 628-4663. In your response please include the following: (1) a positive statement of your intent to submit a quote for this solicitation as a prime contractor; (2) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (3) past performance references with points of contact and phone numbers. At least two references are requested, but more are desirable. 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 or employees of other HUBZone small business concerns. Contractors are also 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. Your response is required by September 2, 2009 2:00 pm ET. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside or Service-Disabled Veteran-Owned 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 Small Business Set Aside, Service-Disabled Veteran-Owned Small Business Set-Aside, a Small Business Set-Aside, or on an unrestricted basis 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/HarrietLaneDDFY10/listing.html)
 
Place of Performance
Address: Contractors facility, United States
 
Record
SN01916635-W 20090820/090819001315-9b9ed6cb5a143d0db623819dfc598f7e (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.