Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2010 FBO #3086
SOURCES SOUGHT

J -- Tackle Drydock Repairs

Notice Date
5/5/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
26JUL10
 
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
Total Small Business
 
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 TACKLE (WTYL-65604), a 65 foot harbor tug boat. The homeport of the vessel is 54 Tilson Ave, Rockland, ME. All work will be performed at the contractor’s facility. The performance period is forty-three (43) calendar days and is expected to begin on or about Jul 26, 2010. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC TACKLE (WYTL-65604). Restriction: Restricted to area no greater that 195 nautical miles from vessels’ homeport and no further than 10 nm off shore. This work will include, but is not limited to: 1.)Hull Plating, U/W Body Ultrasonic Testing - 1 Job 2.)Perform Hull and Structural Plating Repairs (7.6-Pound) - 4 SQFT 3.)Perform Hull and Structural Plating Repairs (10.2-Pound) - 4 SQFT 4.)Perform Hull and Structural Plating Repairs (15.3-Pound) - 4 SQFT 5.)Perform Hull and Structural Plating Repairs – Eroded Welds (Steel) - FT 6.)Perform Hull and Structural Plating Repairs – Overlay Welding (Steel) - 1 Job 7.)Perform Hull and Structural Plating Repairs – Crack (Steel) - FT 8.) Repair Frames 15, 35 & 39 - 1 Job 9.)Install New Grey Water Sewage Tank System – 1 Job 10.)Remove, Inspect and Reinstall Propeller Shaft - 1 Job 11.)Remove, Inspect and Reinstall Propeller - 1 Job 12.)Perform Minor Repairs and Reconditioning of Propeller – 1 Job 13.)Renew Depth Indicating Transducer – 1 Job 14.)Overhaul Sea Strainers – 1 Job 15.)Remove, Inspect and Reinstall Rudder Assembly – 1 Job 16.)Hull Plating, U/W Body Preserve 100% - 1 Job 17.)Renew Cathodic Protection System - 1 Job 18.)Mess deck Sheathing Renewal - 1 Job 19.)Routine Drydocking - 1 Job 20.)Provide Temporary Logistics - 1 Job 21.)Propeller Shaft Straighten - 1 Job 22.)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. 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 or by e-mail to alice.m.mariner@uscg.mil or by fax at (757) 628-4675. 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 May 10, 2010 at 4:00 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, 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/26JUL10/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02140502-W 20100507/100505234544-cfe9a090b979fa01bb7daa492e25e117 (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.