SOURCES SOUGHT
J -- SOURCES SOUGHT CGC KANKAKEE FY11 DD
- Notice Date
- 12/30/2010
- 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
- CGC_KANKAKEE_FY11_DD
- Archive Date
- 12/30/2011
- Point of Contact
- Lisa Dieli, Phone: 757-628-4647
- E-Mail Address
-
lisa.dieli@uscg.mil
(lisa.dieli@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 NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC KANKAKEE (WLR-75500) 75 FOOT F CLASS RIVER BUOY TENDER and USCG KANKAKEE 130 BARGE (13074). The home pier of the vessel is located at A.W. Willis Avenue, Memphis, TN 38105-1502. The vessel is geographically restricted to the Western Rivers of the United States. "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. (Specific) 01 November to 15 March south of Melvin Price Lock and Dam. The performance period is 53 calendar days and is expected to begin on or about 06 JUN 2011 and end on or about 29 JUL 2011. The scope of the acquisition is for various repairs that may include the following: D-001 Hull Plating, U/W Body, Inspect - Tender; D-002 Hull Plating, U/W Body, Inspect - Barge; D-003 Hull Plating (U/W Body), Ultrasonic Testing - Tender; D-004 Hull Plating (U/W Body), Ultrasonic Testing - Barge; D-005 Voids (Non-Accessible), Leak Test - Barge; D-006 Propulsion Shaft Rope Guards, Inspect and Repair; O-007 Voids (Non-Accessible) - Internal, Preserve - Barge; D-008 Voids (Non-Accessible), Leak Test - Tender; O-009 Voids (Non-Accessible), Preserve Internal Surfaces - Tender; D-010 Propulsion Shafting, Strain Gage Alignment Inspections; D-011 Propulsion Shafting; Remove, Inspect, and Reinstall; D-012 Propulsion Intermediate Shaft; Remove, Inspect, and Reinstall; O-013 Propulsion Shafting, Straighten; O-014 Propeller Shaft Sleeve(s), Renew; D-015 Propulsion Shaft Bearings (External), Renew; D-016 Propulsion Stern Tube Bearings, Renew; D-017 Propellers, Clean and Inspect; O-018 Propeller, Perform Minor Repairs and Reconditioning; D-019 Keel Coolers - Tender; Clean, Inspect and Hydro; D-020 Keel Coolers - Barge, Clean, Inspect and Hydro; D-021 Rudder Assembly, Remove, Inspect and Reinstall; O-022 Rudder Stock Housing (Lower), Renew; O-023 Rudder Stock Housing (Upper), Renew; O-024 Rudder Stock, Rebuild; D-025 Spud Wells, Preserve - Tender; D-026 Spud Wells, Preserve - Barge; O-027 Deck Fittings, Inspect - Tender; O-028 Deck Fittings (Barge), Inspect; D-029 Tanks (Potable Water), Preserve " 100% " - Tender; D-030 Decks - Exterior( Barge Buoy ), Preserve; O-031 U/W Body, Preserve ( "100%" ) - Tender; O-032 U/W Body, Preserve ( "100%" ) - Barge; O-033 U/W Body, Preserve ("Partial - Condition A ") - Tender; O-034 U/W Body, Preserve ("Partial - Condition A ") - Barge; O-035 U/W Body, Preserve ("Partial - Condition B") - Tender; O-036 U/W Body, Preserve ("Partial - Condition B") - Barge; D-037 Stern Tube Interior Surfaces, Preserve 100%; D-038 Drydocking - Tender; D-039 Drydocking - Barge; D-040 Temporary Services, Provide; D-041 Sea Trial Performance, Provide Support; D-042 Boat Davit Winch, Shrink Wrap; D-043 Buoy and Cargo Handling Crane, Shrink Wrap; D-044 Cathodic Protection, Renew - Tender; D-045 Cathodic Protection, Renew - Barge; O-00A Composite Labor Rate; D-00B GFP Report; O-00Z Laydays; 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 Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by January 10, 2011 on/before 04:30 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 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/CGC_KANKAKEE_FY11_DD/listing.html)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN02352608-W 20110101/101230233803-4702841b40071bc44fc449a207ba2f52 (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 |