Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2012 FBO #4033
SOURCES SOUGHT

J -- HSCG40-13-Q-P30268 STA YAQUINA BAY 2013 DRYDOCK

Notice Date
12/7/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (flp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 950, Norfolk, Virginia, 23510-9112, United States
 
ZIP Code
23510-9112
 
Solicitation Number
HSCG40-13-Q-P30268
 
Archive Date
1/30/2013
 
Point of Contact
Stacy Pereyda Hill, Phone: 7576284937
 
E-Mail Address
stacy.pereyda-hill@uscg.mil
(stacy.pereyda-hill@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for Drydock Repairs of the United States Coast Guard Station Yaquina Bay (47268 MLB), a 47 Foot MOTOR LIFE BOAT. Work shall be performed at the contractor's facility. The performance period will be Forty-five (45) calendar days with an anticipated start date on or about 5 February, 2013 through March 22nd, 2013. Restriction: Restricted to an area no greater than 320 nautical miles from the MLB's home station, on navigable waterways and no greater than 50 nautical miles off shore. Home Station: United States Coast Guard Station Yaquina Bay: 925 SW Naterlin Dr. Newport OR 97365. The scope of work for this acquisition is but not limited to: Provide General Welding (NSP): Flat Plate Renewal (3/16" Aluminum), Flat Plate Renewal (1/4" Aluminum), Flat Plate Renewal (5/16" Aluminum), Flat Plate Renewal (1/2" Aluminum), Repair Crack, Overlay, Overlay (Stainless), Inspect Hull Plating, UW Body, Perform Ultrasonic Testing (UT) Shots, Perform Additional (50) Ultrasonic Testing (UT) Shots, Remove, Inspect and Install Rub Rail (NSP), Starboard Section, Port Section, Bow Section, Stern/Aft, Renew Rub Rail (NSP), Starboard Section, Port Section, Bow Section, Stern/Aft, Renew Titanium/Aluminum Stud Appendages (UW), Leak Test, Inspect Accessible Spaces (NSP), Forward Compartment, Auxiliary Machinery, Survivors' Compartment, Engine Room, Lazarette, Enclosed Bridge, Open Bridge, Bow/Forward, Stern/Aft, Port Well (Recovery) Deck, Starboard Well (Recovery) Deck, Clean and Inspect Tank (MP Fuel Service), Clean and Inspect Buoyancy Chamber(s), Inspect Mast, Remove Inspect and Install Propeller Shafts, Inspect Frame Five Through-Bulkhead Seal, Remove and Install (NSN) Propulsion Shaft Strut, Port Strut, Starboard Strut, Repair Line Cutter, Port Line Cutter, Starboard Line Cutter, Remove, Inspect, and Reinstall Propellers, Renew Water Lubricated Shaft Bearings, Modify Throttle Levers (TCTO MLB-47 TA6010), Remove and Install Sea Strainers, Remove and Install Exhaust Crossover Valve, Renew Standard Hoses, Renew Sea Valves (NSP), Port Main Diesel Engine Supply 3" Ball Valve, Starboard Main Diesel Engine Supply 3" Ball Valve, HVAC System 1 1/4" Gate Valve, Renew Lazarette Intake Vent, Refill Diesel Fuel, Overhaul and Test Fuel Root Valves, Fuel Oil Service Cut Out Valve Port, Fuel Oil Service Cut Out Valve Starboard, Inspect Hydraulic Steering Gear, Remove and Reinstall Rudder Assemblies, Provide Boat Outfit Storage, UWBody, Preserve (100%), Hull Identification Markings, Apply (NSP), US Coast Guard Logo Bow P/S Hull Numbers P/S, Hull Number Stern, U.S. COAST GUARD LEGENDS, Unit Name Stern, Renew Cathodic Protection Zincs, Provide Marine Chemist Services, Modify Structural Modification (TCTO MLB-47 TB2010), Provide Routine Drydocking, Provide Temporary Services, Provide Full Power Trial Performance, Provide Composite Labor Rate, GFP Report (NSP), Laydays. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. At the present time, this acquisition is expected to be issued as a Small Business set- aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to Stacy.pereyda-hill@uscg.mil or by fax (757) 628-4675. Questions may be referred to Stacy Pereyda-Hill at (757) 628-4937. 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, 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 December 11, 2012 12:00 pm EST 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, 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 small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at https://fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FLPMLCA/HSCG40-13-Q-P30268/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN02945192-W 20121209/121207234704-43cf6dab4a53dcfb995cad1b76bf033e (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.