SOURCES SOUGHT
J -- Sources Sought for 2011 Drydock Repairs to the USCGC DILIGENCE (WMEC 616)
- Notice Date
- 8/3/2011
- 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
- 12122011-DD
- Archive Date
- 8/3/2012
- Point of Contact
- Tomeka Evans, Phone: 757-628-4666, Chas Hartley, Phone: 7576284657
- E-Mail Address
-
tomeka.evans@uscg.mil, chas.f.hartley@uscg.mil
(tomeka.evans@uscg.mil, chas.f.hartley@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, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), or for Small Businesses. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform drydock repairs to the USCGC DILIGENCE (WMEC-616), a 210 foot "B" class medium endurance cutter. All work will be performed at the contractor's facility. The performance period is five (5) calendar days and is expected to begin on or about December 12, 2011. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC DILIGENCE (WMEC-616). This work will include, but is not limited to: Propulsion Shafting, Strain Gage Alignment Inspections; Remove, Inspect, and Reinstall Propulsion Shafting; Straighten Propulsion Shafting; Check Clearances Propulsion Shaft Bearings External; Renew Propulsion Shaft Bearings (External); Renew Stern Tube Bearings; Controllable Pitch Propeller Blade Replacement; Preserve "Partial - Condition A" U/W Body; Drydocking; Provide Temporary Services; Composite Labor; 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, FAR 19.1405, and FAR 19.502, if your firm is HUBZone certified, Service-Disabled Veteran-Owned, or a Small Business and intend to submit an offer on this acquisition, please respond in a letter by e-mail to tomeka.evans@uscg.mil. 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 August 11, 2011 at 4:30 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, SDVOSB set-aside, or small business set-aside, will be posted in the Fedbizopps website at http://www.fbo.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/12122011-DD/listing.html)
- Place of Performance
- Address: The place of performacne will be located at the contractor's facility., United States
- Record
- SN02519802-W 20110805/110803235012-0129ceb0824cdf43aaa69726b7d3879d (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 |