SOURCES SOUGHT
J -- FY12 CGC DEPENDABLE DOCKSIDE
- Notice Date
- 1/20/2012
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG80-12-Q-P45D48
- Point of Contact
- Emily L. Clark, Phone: 7576284652
- E-Mail Address
-
emily.l.clark@uscg.mil
(emily.l.clark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Dockside Repairs USCGC DEPENDABLE (WMEC-626) The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. 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 dockside repairs onboard USCGC DEPENDABLE (WMEC-626), a 210 foot "B" class medium endurance cutter. Place of performance will be at the cutters homeport, BSU Cape May, NJ 08204. The performance period is from June 06, 2012 through August 01, 2012. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC DEPENDABLE (WMEC-626). This work will include, but is not limited to: WORK ITEM 1: Main Engine Heat Exchangers, Clean, Inspect and Hydro WORK ITEM 2: Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean WORK ITEM 3: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean WORK ITEM 4: Boiler Exhaust Stack Uptakes, Commercial Clean WORK ITEM 5: Chill Water System, General Maintenance WORK ITEM 6: Potable Water Pneumatic Tanks, Clean, Inspect and Test WORK ITEM 7: Compressed Air Receivers, Clean, Inspect and Test WORK ITEM 8: Steering Gear (General), Overhaul WORK ITEM 9: Anchor, Anchor Chain, Ground Tackle, Inspect, Repair and Preserve WORK ITEM 10: Renew Crankcase Exhauster Gooseneck Piping WORK ITEM 11: Steam Valves, Renew WORK ITEM 12: Single Point Davit, Inspect & Service WORK ITEM 13: Helo Talon Grid, Inspect and Test WORK ITEM 14: Grey Water Holding Tanks, Clean and Inspect WORK ITEM 15: Sewage Holding Tank, Clean and Inspect WORK ITEM 16: Sewage and Grey Water Piping, Clean and Flush WORK ITEM 17: Tanks (Grey Water Holding), Preserve, Partial WORK ITEM 18: Tank (Sewage Holding), Preserve, Partial WORK ITEM 19: Control Air Dryer, Upgrade, TCTO TM5000 WORK ITEM 20: Vent Ducts, Repair, CSMP 2010007 and 2011011 WORK ITEM 21: Potable Water Valves, Renew, CSMP 2011006 WORK ITEM 22: Fantail Railing, Renew, CSMP 2011008 WORK ITEM 23: Counter Measure Washdown System Repairs, CSMP 2011009 WORK ITEM 24: Oily Water Seperator Tank, Renew, CSMP 2011010 WORK ITEM 25: Pad Eyes, Inspect and Test In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Emily Clark at Emily.L.Clark@uscg.mil. Questions may also be referred to Emily Clark at this email address and by phone at (757) 628-4652. In response, please include the following: (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. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, 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. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Your response is required by 11:00 AM EST, 03 February 12. 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. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB set aside will be posted on the FBO website at https://www.fbo.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-12-Q-P45D48/listing.html)
- Place of Performance
- Address: USCGC DEPENDABLE Homepier: BSU Cape May, NJ 08204, United States
- Zip Code: 08204
- Zip Code: 08204
- Record
- SN02658561-W 20120122/120120234843-18ba681ff50c5a4f47cdeddf5bff65f8 (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 |