Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOURCES SOUGHT

J -- WLM & WLB HM&E MARKET RESEARCH - Representative Work Packages

Notice Date
6/21/2011
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-11-R-P45DX2
 
Archive Date
7/15/2011
 
Point of Contact
James S. Altice, Phone: 206-217-6815, Amy Kelm, Phone: 206-217-6767
 
E-Mail Address
James.S.Altice@uscg.mil, Amy.A.Kelm@uscg.mil
(James.S.Altice@uscg.mil, Amy.A.Kelm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JUNIPER (WLB) Unschedule Repair Package JUNIPER (WLB) Dockside Package JUNIPER (WLB) Drydock Package IDA LEWIS (WLM) Unscheduled Repair Package IDA LEWIS (WLM) Dockside Package IDA LEWIS (WLM) Drydock Package The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether or not to set-aside an acquisition for HUBZone, SDVOSB, WOSB or Small Business firms. The technical requirement listed below will result in award of competitive multiple award indefinite delivery, indefinite quantity (IDIQ) firm fixed-price ship repair contracts. Representative work packages are attached to this Notice and involve two classes of vessels: IDA LEWIS and JUNIPER class buoy tenders. The scope of work will include scheduled and unscheduled drydock and dockside maintenance for these vessels. The place of performance will be the contractor's facility. Some of the work may be performed at the vessels' homeports. The anticipated contracts will contain a base year and four option years, with option years to be exercised at the Government's discretion. Priced offers are not expected or desired: pricing of requirements under the resulting contracts will be achieved by competition between contract awardees on individual orders. A total of 30 buoy tenders are involved in this requirement. Due to geographical restrictions set forth by Coast Guard operational commanders, the following lots are established (with geographic restriction areas in parentheses): LOT A (Island of Guam) Name Hull Homeport SEQUOIA WLB 215 Santa Rita, GU LOT B (State of Hawaii) Name Hull Homeport KUKUI WLB 203 Honolulu, HI WALNUT WLB 205 Honolulu, HI LOT C (San Francisco - San Diego) Name Hull Homeport GEORGE COBB WLM 564 San Pedro, CA ASPEN WLB 208 San Francisco, CA LOT D (Great Lakes) Name Hull Homeport HOLLYHOCK WLB 214 Port Huron, MI ALDER WLB 216 Duluth, WI LOT E (States of Washington & Alaska) Name Hull Homeport ANTHONY PETIT WLM 558 Ketchikan, AK HENRY BLAKE WLM 563 Everett, WA SPAR WLB 206 Kodiak, AK MAPLE WLB 207 Sitka, AK SYCAMORE WLB 209 Cordova, AK HICKORY WLB 212 Homer, AK FIR WLB 213 Astoria, OR LOT F (East Coast, Gulf of Mexico) Name Hull Homeport IDA LEWIS WLM 551 Newport, RI KATHERINE WALKER WLM 552 Bayonne, NJ ABBIE BURGESS WLM 553 Rockland, Maine MARCUS HANNA WLM 554 South Portland, ME JAMES RANKIN WLM 555 Baltimore, MD JOSUHA APPLEBY WLM 556 St. Petersburg, FL FRANK DREW WLM 557 Portsmouth, VA BARBARA MABRITY WLM 559 Mobile, AL WILLIAM TATE WLM 560 Philadelphia, PA HARRY CLAIBORNE WLM 561 Galveston, TX MARIA BRAY WLM 562 Atlantic Beach, FL JUNIPER WLB 201 Newport, RI WILLOW WLB 202 Newport, RI ELM WLB 204 Atlantic Beach, NC CYPRESS WLB 210 Mobile, AL OAK WLB 211 Charleston, SC The applicable NAICS code for this Notice is 336611 and the associated size standard is 1,000 employees on an annualized basis. The estimated dollar value of this requirement is $52,200,000.00, spread over five years and 30 vessels. All work will be competitively priced post-award. In order for SFLC to evaluate set-aside possibilities for each lot, interested parties are to respond by supplying the following information via email to both individuals listed as Points of Contact for this Notice (James.S.Altice@uscg.mil and Amy.A.Kelm@uscg.mil.) Email Subject Line: "HSCG85-11-R-P45DX2 WLM & WLB HM&E MARKET RESEARCH" 1) Name of your shipyard 2) Street address of your shipyard 3) Your shipyard's DUNS number 4) Your shipyard's CAGE Code 5) Name, phone number and email address of your shipyard's main point of contact 6) The Lot for which your shipyard seeks to be considered. Interested parties must be registered in Central Contractor Registration (www.ccr.gov) as prescribed in FAR Clause 52.204-7 for their responses to be validated. Responses to this Notice are due no later than 1600 hours (PDT), July 8 2011. A decision on potential set-asides will be posted on FedBizOpps once SFLC has concluded its market research and formal acquisition planning for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-R-P45DX2/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02477948-W 20110623/110621234502-7d0801e474594a7fdf824f85c6ea66cb (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.