Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2009 FBO #2890
SOURCES SOUGHT

J -- CGC KODIAK ISLAND 10 DRYDOCK REPAIRS

Notice Date
10/21/2009
 
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
CGCKODIAKISLAND10DDSOURCESSOUGHTNOTICE
 
Archive Date
6/15/2010
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Tomeka Evans, Phone: 757-628-4666
 
E-Mail Address
louis.j.romano@uscg.mil, tomeka.evans@uscg.mil
(louis.j.romano@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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC KODIAK ISLAND (WPB-1341), a 110 FOOT C CLASS PATROL BOAT. The homeport of the vessel is Key West, Florida. The performance period is SIXTY (60) calendar days and is expected to begin on or about 29 MARCH 2010 and end on or about 27 MAY 2010. This acquisition is geographically restricted to an area no greater than 576 nautical miles one-way or 1,152 nautical miles roundtrip, from the cutter's homeport of Key West, FL. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC KODIAK ISLAND (WPB-1341). This work will include, but is not limited to: routine drydocking, provide temporary logistics, clean and inspect fuel service tanks, clean and inspect fuel stowage and overflow tanks, clean and insect oil and oily waste tanks, clean and insect sewage collection and holding tanks, clean and inspect grey water collection and holding tanks, perform air test of interior compartments, clean sewage piping system, clean grey water piping system, clean and disinfect potable water tanks, preserve and disinfect potable water tanks - 100%, preserve sewage collection and holding tanks - 100%, preserve grey water collection and holding tanks - 100%, preserve oil and oily water tanks - 100%, inspect mde exhaust system, remove, inspect and reinstall propellers, repair propeller root erosion, remove, inspect and reinstall propeller shafts, overhaul mechanical shaft seal assemblies, renew water-lubricated propeller shaft bearings, clean and insect heat exchangers, overhaul and renew sea valves, overhaul and renew firemain valves, overhaul and renew bilge and ballast valves, overhaul duplex sea strainers, overhaul stabilizing fins, overhauls steering gear components, remove, inspect and reinstall rudder assemblies, inspect and maintain cathodic inspection system, renew CAPAC anode assembly, renew speed Doppler and overhaul Doppler valve, renew depth indicating transducer, preserve underwater body - 100%, preserve stern tubes, perform ultrasonic thickness measurements, perform aluminum hull and structural repairs - ¼" plate, perform aluminum hull and structural repairs - 3/16" plate, perform aluminum hull and structural repairs - 5/16" plate, perform hull and structural plating repairs - crack (aluminum), perform hull and structural plating repairs -eroded weld (aluminum), perform hull and structural plating repairs - overlay welding (aluminum), perform steel hull and structural plating repairs (5-pound), perform steel hull and structural plating repairs (7.5-pound or 7.65 -pound), perform hull and structural plating repairs - crack (steel), perform hull and structural plating repairs - eroded welds (steel), perform hull and structural plating repairs - overlay welding (steel), renew main diesel engine, remove, reinstall and realign main diesel engine, remove, reinstall and realign reduction gear assemblies, perform full propulsion system alignment, renew No. 1 reduction gear, renew ship service generator, remove and reinstall ship service generator, renew fuel oil valve reach rod assemblies, modify and renew r/o water piping and foundation, modify and renew p-100 suction piping and associated structure, modify and renew ows piping, modify hvac system and associated piping, renew sounding tubes, renew magazine deck drain and associated piping, renew fuel piping, perform structural repairs - battery compartment, perform structural repairs - sewage tank, perform structural repairs - aft steering compartment, perform structural repairs - aft grey water tank, perform structural r repairs - potable water tank, perform structural repairs - modify deck grating system, perform structural repairs - bridge windows, main deck bhds and deck, perform structural repairs - engine room aft hatch, renew transom ladder, preserve surface in engine room, preserve and insulate aft steering compartment, preserve freeboard - 100%, preserve superstructure, preserve forward void, preserve battery space bilges, preserve forward auxiliary machinery space, preserve port & starboard strut cofferdams - 100 %, renew floating deck system in galley and mess deck, composite labor rate, GFP report and lay days. 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 Louis.J.Romano@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. 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 November 1, 2009 at 1:00 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/CGCKODIAKISLAND10DDSOURCESSOUGHTNOTICE/listing.html)
 
Place of Performance
Address: The place of performance is geographically restricted to a facility within 576 nautical miles, 1,152 nautical mile round-trip, of the vessels homeport of Key West, FL., Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN01989601-W 20091023/091021235149-48f938b808de61117e53ea81503c3a7c (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.