Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOURCES SOUGHT

J -- WMEC 270 "A&B CLASS MEDIUM ENDURANCE CUTTERS DOCKSIDE REPAIRS

Notice Date
6/11/2010
 
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
HSCG80-10-Q-P45GK4
 
Archive Date
6/10/2011
 
Point of Contact
Arlene V Woodley, Phone: (757) 628-4645, Michael E Monahan, Phone: 757-628-4639
 
E-Mail Address
Arlene.V.Woodley@uscg.mil, michael.e.monahan@uscg.mil
(Arlene.V.Woodley@uscg.mil, michael.e.monahan@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 Service-Disabled Veteran-owned concerns. This acquisition is to establish a five year Indefinite Delivery, Indefinite Quantity Contract; Base and Four (4) options years. The small business size standard is 1,000 employees. The NAICS Code is 336611. The scope of the acquisition is to: 1. Hull and Structural Plating - ¼" to ½" Aluminum Plate, Renew 2. Hull and Structural Plating - ¼" to ½ " Steel Plate, Renew 3. Chain Lockers, Inspect 4. Sea Water Piping, Renew 5. Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean 6. Ship Service Diesel Generator (SSDG) Exhaust Piping, Clean 7. Vent Ducts (Engine and Motor Room - All), Commercial Cleaning 8. Vent Ducts (Galley and Pantry Room - All ), Commercial Cleaning 9. Vent Ducts (Laundry Exhaust), Commercial Cleaning 10. Chill Water Piping, Renew 11. Feed/Jacket Water Piping, Renew 12. Potable Water Piping, Renew 13. Potable Water Pneumatic Tank, Clean and Inspect 14. Fuel Piping, Renew 15. Fin Stabilizers, General Maintenance 16. Commissary Hoist Assembly, Perform Maintenance On 17. Anchor Windlass Assembly, Perform Maintenance 18. Warping Capstan, Perform Maintenance 19. Articulating Crane, Hydraulic, Perform Level 3 Maintenance 20. Helo Talon Grid, Inspect and Test 21. Grey Water Holding Tanks, Clean and Inspect 22. Sewage Holding Tanks, Clean and Inspect 23. Sewage Vacuum Collection Tanks, Clean and Inspect 24. Grey Water Piping, Clean and Flush 25. Sewage Piping, Renew 26. Sewage Piping, Clean and Flush 27. Tanks (Ballast), Preserve "100%" 28. Tank (Dirty Oil and Waste), Preserve "100%" 29. Tanks (Potable Water), Preserve, "100%" 30. Tanks (Sewage and Vacuum Collection), Preserve "100%" 31. Tanks (Grey Water Holding), Preserve, "100%" 32. Watertight Doors and Scuttles (Internal DC Deck and Below), Renew 33. Watertight Doors and Scuttles (External), Renew 34. Piping Insulation, Renew 35. Compressed Air Receivers; Clean, Inspect, and Test 36. Tanks (Ballast), Preserve, "Partial" 37. Tank (Dirty Oil and Waste), Preserve, "Partial" 38. Tanks (Potable Water), Preserve, "Partial" 39. Tanks (Sewage Holding), Preserve, "Partial" 40. Tanks (Grey Water Holding), Preserve, "Partial" All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. All work will be performed at the vessels home pier. The vessels and home piers are as follows: Portsmouth, VA : (CGC BEAR, CGC FORWARD, CGC HARRIET LANE, CGC LEGARE, CGC NORTHLAND, CGC TAMPA) Key West, FL: (CGC MOHAWK, CGC THETIS) Boston, MA: (CGC ESCANABA, CGC SENECA, CGC SPENCER) Kittery, ME: (CGC CAMPBELL, CGC TOHOMA) The performance period is 56 days, with a start date on or about January 6, 2011. At the present time, this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please include the following (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and pone numbers. At least two (2) references are requested, but more are desirable. Your response is required by June 18,2010. 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 Set-Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set-Aside, Serviced-Disabled Veteran-Owned Set-Aside, or on an unrestricted basis will be posted on FEDBizOPs website at http://www.eps.gov. Questions may be referred to Arlene Woodley via e-mail: arlene.v.woodley@uscg.mil or (757) 628-4645.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P45GK4/listing.html)
 
Record
SN02175577-W 20100613/100611234956-faaac4aeb0643151e200012d996fc2fd (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.