SOURCES SOUGHT
J -- USCGC WIRE (WYTL-65612) FY13 DRY-DOCK
- Notice Date
- 12/21/2012
- 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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-13-R-P45763
- Archive Date
- 1/19/2013
- Point of Contact
- Jay S McReynolds, Phone: 510-637-5975, Jack Rodman, Phone: (510) 637-5988
- E-Mail Address
-
jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil
(jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether to set-aside an acquisition for 8(a), HUBZONE or SDVOSB firms. The acquisition is for the dry-dock & repairs of CGC WIRE (WYTL-65612), a 65 foot "C Class" Small Harbor Tug home ported in Saugerties, NY. There will be a 175 Nautical mile Geographic Restriction around the Cutter's homeport for a Commercial Yard for this project. The Period of performance will be 29 May 2013 - 09 July 2013. The eventual requirement will result in an award of a single firm fixed-price ship repair contract pending FY13 funds availability. The scope of work for the acquisition is general dry-dock work including but not limited to: Hull Plating (U/W Body), Ultrasonic Testing, Structural Plating -15.3, 7.65 and 10.2 Pound Steel, Repair, Cracked Steel Welds, Repairs & Degraded Weld (Steel), Repair; Appendages (U/W), Leak Test, Internal, preserve; Propulsion Shafting, Remove, Inspect, Straighten, & Reinstall; Propulsion Shaft Bearings (External), Check Clearances; Propeller, Remove, Clean, Inspect, Perform Minor Repairs, Reconditioning & Reinstall; Vent Ducts (Engine and Motor Room All), Commercial Clean; Sea Strainers - Simplex, Overhaul & Renew; Hallon 1301 Fire Extinguishing System Cylinder, Inspect & Test; Rudder Assembly, Remove, Inspect & Reinstall; Boat Davit, Level 2 Inspect & Repair; Cathodic Protection/Zinc Anodes Renew; Dry-docking; Temporary Services, Provide; Deck Covering (Wet/dry), Seal; Fathometer Transducer, Renew; U/W Body, Preserve "100%"; Keel Coolers, Clean, Inspect & Hydro; Decks-Exterior, Prepare & Coat (Pre Slip-Resistant Sheet Installation); Forepeak Deck Repair; Longitudinal Frame Renewal. To be considered as a set-aside candidate, respondents must have a record of successfully accomplishing ship repair contracts of this nature as a prime contractor for federal agencies and components such as the U. S. Navy, Military Sealift Command, NOAA, U. S. Army Corps of Engineers, etc. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via email by 1:00 pm PST on 04 January 2013. Please respond by email to jay.s.mcreynolds@uscg.mil with a positive statement of your intention to submit a bid for this solicitation as a prime contractor as follows: 1. Name of company; 2. Street address of company; 3. DUNS number of company; 4. CAGE Code of company; 5. Name, phone number and email address of main and alternate points of contact; 6. Past Performance reports for at least three federal ship repair projects accomplished in the last three years. Include contract numbers, project titles, dollar amounts (both award and final), points of contact (phone number and email address), and scope of work accomplished for each project. Interested parties must be registered in Central Contractor Registration (www.ccr.gov) as prescribed in FAR Clause 52.204-7 "Central Contractor Registration (APR 2008)" for their responses to be considered. Respondents are advised the eventual solicitation will contain the clause FAR 52.219-14 "Limitations on Subcontracting (Dec 1996)" which stipulates at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern A decision on potential set-asides will be posted on FEDBIZOPS 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/HSCG85-13-R-P45763/listing.html)
- Record
- SN02954220-W 20121223/121221234331-10311cc34926ed10c24d874b7b374f3f (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 |