SOURCES SOUGHT
J -- DRYDOCK REPAIRS FOR THE USCGC MACKINAW
- Notice Date
- 4/18/2011
- 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
- DDFY11MACKINAW
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States 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 is less than 1,000 employees. The NAICS Code is 336611. The acquisition is to Drydock the USCGC MACKINAW (WLBB 30). The USCGC MACKINAW (WLBB 30) homeport is CHEBOYGAN, MI, GEOGRAPHICAL RESTRICTIONS: GREAT LAKES. Anticipated start date on or about 24 AUGUST 2011 through 13 SEPT 2011. The scope of the acquisition is to: (1)Hull Plating, U/W Body, (2) Provide Support for Overhaul Azipod Propulsion, (3) Drydocking, (4) Temporary Services, (5) Sea Trial Performance, Support, (6) Propeller, Remove and Reinstall Propeller, (7) Impressed Current Cathodic Protection System, Inspect and Maintain. 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, if your firm is HUBZone certified or FAR 19.1404, if your firm is SDVOSB or a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676.Questions may be referred to Sandra Martinez at (757) 628-4591. In response, please include the following: (a) a positive statement of your intent 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 phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by close of business on April 29, 2011. 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, small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.small business set aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDFY11MACKINAW/listing.html)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN02427568-W 20110420/110418234722-5c371be30da17b6f407088ee20d3f7f5 (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 |