SOURCES SOUGHT
20 -- MULTICUTTER USCGC AHI AND USCGC KITTIWAKE
- Notice Date
- 9/28/2011
- 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
- MULTICUTTER
- Archive Date
- 10/20/2011
- Point of Contact
- Susan A. Kreider, Phone: 7576284644, ,
- E-Mail Address
-
susan.a.kreider@uscg.mil,
(susan.a.kreider@uscg.mil, /div)
- 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 Business concerns. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform drydock and repairs to the USCGC KITTIWAKE (WPB-87316) and the USCGC AHI (WPB-87364), all 87' Work Patrol Boats. The government may award one or multiple contracts as a result of the solicitation. Contractors will be allowed to submit quotes for one or multiple vessels. The vessels are homeported in Honolulu, HI. All work will be performed at the contractor's facility. The vessels are geographically restricted within the state of Hawaii, HI. The performance period is as follows: USCGC KITTIWAKE, January 12, 2012 - Mar 02, 2012, fifty-nine (59) calendar days USCGC AHI, July 11, 2012 - Aug 24, 2012, forty-five (45) calendar days The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC KITTIWAKE, and USCGC AHI. This work may include, but is not limited to: Perform Ultrasonic Thickness Measurements Perform Ultrasonic Thickness Measurements Bilge Surfaces (Lazarette),Preserve, 100% Bilge Surfaces (Engine Room), Preserve, Partial Dirty Oil Tank, Clean and Inspect Oily Water Tank, Clean and Inspect Tanks (MP Fuel Service), Clean and Inspect Superstructure, Preserve, 100% Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting Depth Sounder, Capastic Fairing, Renew Weather Tight Door, Fuel Station, Install (TCTO TB6000) Mast, Preserve, 100% Main Engine/Reduction Gear, Realign Propulsion Shafts, Remove, Inspect, and Reinstall Propulsion Shaft, Repair Propulsion Shaft, Straighten Intermediate Water-Lubricated Shaft Bearing, Renew Aft Water-Lubricated Shaft Bearing, Renew Intermediate Bearing Carrier, Renew Aft Bearing Carrier, Renew Stern Tubes, Interior Surfaces, Preserve 100% Stern Tubes, Interior Surfaces, Repair Propellers, Remove, Inspect, and Reinstall Propeller, Minor Repair and Recondition, Perform Fathometer Transducer, Renew Speed Log, Transducer and Skin Valve, Clean and Inspect Sea Water System (Valves, Strainers, Piping), Clean, Inspect, and Repair Rudder Assemblies, Remove, Inspect, and Reinstall RHIB Notch Skid Pads, Inspect RHIB Notch Skid Pad Studs, Renew Stern Launch Door, Remove, Inspect, and Reinstall Grey Water Holding Tank, Clean and Inspect Sewage Holding Tank, Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush U/W Body, Preserve, 100% U/W Body, Preserve, Partial - 33% Hull Plating Freeboard, Preserve, Partial Cathodic Protection / Zincs, Renew Interior Deck Covering System, Reseal Drydocking Temporary Services, Provide Telephone Service, Provide Install Dirty Oil Tank Level Indicator (EC 087-B-039) 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 19.502, 19.1305 and FAR 19.1405, if your firm is a small business, HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond via in a letter either by e-mail to susan.a.kreider@uscg.mil or by fax at (757) 628-4676. Your response you must include the following: (a) A positive statement of your intention to submit a quote for this solicitation as a prime contractor. (b) The name of the cutter(s) which you intend to submit a quote. (c) Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (d) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Your response is due on 05 October 2011, at 4:30 p.m. Eastern Standard Time. Contractors are reminded that should this acquisition become a HubZone, Service Disabled Veteran Owned or a Small Business set aside 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.fedbizopps.gov. Questions may be referred to Ms. Susan Kreider at (757) 628-4644.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/MULTICUTTER/listing.html)
- Record
- SN02595873-W 20110930/110928235704-6e602900290aba047e7921eaf6cab8af (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 |