Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOURCES SOUGHT

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

Notice Date
12/1/2009
 
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
260410DD
 
Archive Date
1/11/2010
 
Point of Contact
Alice M Mariner, Phone: (757) 628-4753
 
E-Mail Address
alice.m.mariner@uscg.mil
(alice.m.mariner@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), Small Businesses concerns, or Small Disadvantage Business concerns. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to drydock and repair the USCGC CHIPPEWA (WLR-75404), a 75 foot ” C” class river buoy tender. All work will be performed at the contractor’s facility. The home pier of the vessel is 700 Coast Guard Road, Buchanan, TN. The performance period is fifty (50) calendar days and is expected to begin on or about April 26, 2010. RESTRICTION: (General) Restricted to the Western Rivers of the United States. The “Western Rivers” means the navigable portions of the Mississippi River and its tributaries above mile marker 0 of the Lower Mississippi River. Navigable tributaries of the Mississippi River include only the waterways within the area of jurisdiction of Coast Guard aids to navigation facilities as described in Light List Volume V (COMDTINST M16502.5), and the Tennessee-Tombigbee Waterway to the mouth of the Mobile River. This includes protected portions of the Intra Coastal Waterway connected to the “Western Rivers,” but specially excludes unprotected or open waters such as Mobile Bay, Lake Borgne, and the Gulf of Mexico. The scope of the acquisition is for the dry docking, overhauling, cleaning, renewing and repairing of various items aboard the USCGC CHIPPEWA (WLR-75404). This work will include, but is not limited to: perform ultrasonic thickness measurements- underwater hull plating (barge); perform ultrasonic thickness measurements – underwater hull plating (tender); perform hull and structural plating repairs (10.2-pound); perform hull and structural plating repairs (12.75-pound); perform hull and structural steel plate repairs (15.3-pound); perform hull and structural plating repairs – eroded welds (steel); perform hull and structural plating repairs – crack (steel); perform hull and structural plating repairs – overlay welding (steel); remove, inspect, and reinstall propeller shafts; remove, inspect, and reinstall intermediate shafts; straighten shaft, renew water-lubricated shaft bearings, renew propeller shaft sleeves; renew shaft strut barrel; remove, inspect, and reinstall propellers, perform minor repairs and reconditioning of propeller; clean, inspect, and test grid coolers (barge), clean, inspect, and test grid coolers (tender); renew valves, overhaul simplex sea strainer (barge), overhaul duplex sea strainer (tender); remove, inspect and reinstall steering and backing rudder assemblies, rebuild rudder stock and rudder; renew rudder lower bearing trunk, renew tender towing knees, preserve spud and spud well surfaces and renew spud well liners (barge) <includes CSMP 2009001> preserve spud and spud well surfaces and renew spud well liners (tender) <includes CSMP 2009001> shrink wrap crane and small boat davit, inspect various deck fittings, preserve barge buoy deck, preserve underwater body (barge) –“100%”, preserve underwater body (barge) “Partial”, preserve underwater body (tender) – “100%”, preserve underwater body (tender) – “Partial”, preserve stern tubes – internal surfaces, routine drydocking (barge), routine drydocking (tender) provide temporary logistics, renew barge hull plating and framing <CSMP 2008001> renew various electrical cables <CSMP 2005003> preserve lazarette <CSMP 2005003> also renew shower stall floor pans in crew’s head <CSMP 2007006>. Provide 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. 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 intend 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 December 8, 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/260410DD/listing.html)
 
Place of Performance
Address: Place of performance will be at the contractor's facility., United States
 
Record
SN02014284-W 20091203/091202000306-2fa31e6013e6837d707ef329117dec1d (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.