Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOURCES SOUGHT

J -- Sources Sought for the Drydock Repairs to the USCGC HAWK

Notice Date
10/8/2009
 
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
050410DD
 
Archive Date
10/29/2010
 
Point of Contact
Alice M Mariner, Phone: (757) 628-4753, Tomeka Evans, Phone: 757-628-4666
 
E-Mail Address
alice.m.mariner@uscg.mil, tomeka.evans@uscg.mil
(alice.m.mariner@uscg.mil, tomeka.evans@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 small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC HAWK (WPB-87355), an 87 foot patrol boat. The homeport of the vessel is St. Petersburg, FL. The performance period is forty-three (43) calendar days and is expected to begin on or about April 5, 2010. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC HAWK (WPB-87355). This work will include, but is not limited to: provide routine dry-docking, inspect stern tubes, provide temporary logistics, renew depth indicating transducer, modify and renew cathodic protection/zincs, clean and inspect grey water holding tanks, clean and flush grey water piping, remove, inspect and reinstall propellers, remove, clean, inspect and reinstall stern door (incl. all pivot pins and bushings), remove, inspect and reinstall propulsion shafting, clean and inspect propulsion shaft seals – (mechanical), check propulsion shaft stern tube bearing clearances, inspect rope guards, repair propulsion shafting (surface welding ), align main engine reduction gears, remove, inspect and reinstall rudders, check rudder stock bearings clearances (upper & lower), renew rudder seals (EC 087-B-032 included), preserve rudders, renew sea valves, clean and inspect sewage holding tank, clean inspect and flush sewage piping, clean and inspect dirty oil tank, clean and inspect oily water tank, install dirty oil tank liquid level indicator (087-B-039 A2), clean and inspect fuel tanks (MP fuel service), remove, inspect and reinstall RHIB notch pads, preserve freeboard- “partial”, preserve underwater body – “partial”, preserve underwater body – “100%”, AFFF fixed bilge system installation, forepeak void watertight flat install, perform ultrasonic testing (100 shots), preserve forepeak void, main deck hatch coaming, lazarette port flush hatch (1-22-2) – part of EC 087-A-027 A2, inspect pilothouse deck for deterioration and perform mast repairs (SWBS 171) -5 cableway stand-off studs. GFP report, composite labor and laydays. 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 alice.m.mariner@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 October 30, 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. Alice Mariner at (757) 628-4753.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/050410DD/listing.html)
 
Place of Performance
Address: Place of performance will be at the contractors' facility., United States
 
Record
SN01982522-W 20091010/091008235125-6e05702b85af932d4e0bfad779ab2e3f (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.