Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
SOURCES SOUGHT

20 -- USCGC SHACKLE (WYTL-65609) SCHEDULED DRY-DOCK REPAIRS FY15

Notice Date
12/8/2014
 
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
USCGC_SHACKLE_(WYTL-65609)_SCHEDULED_DRY-DOCK_REPAIRS_FY15
 
Archive Date
12/30/2014
 
Point of Contact
Jack Rodman, Phone: (510) 637-5988, Natalie J. Rodriguez, Phone: 5106375965
 
E-Mail Address
Jack.E.Rodman@uscg.mil, natalie.j.rodriguez@uscg.mil
(Jack.E.Rodman@uscg.mil, natalie.j.rodriguez@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. This is not a solicitation or offer. No contract or order will result from this announcement. Response by interested parties must be made by 10:00 am Pacific Time on December 15, 2014. The NAICS Code is 336611. The small business size standard is less than 1000 employees. The acquisition is for the Scheduled Dry-Dock Repairs of the USCGC SHACKLE (WYTL-65609). The repairs will take place at a Contractor's dry-dock. The SHACKLE is 65 FOOT ICEBREAKING TUG The Cutter's Home Port is: South Portland, Maine The estimated performance period is: May 13, 2015 through June 24, 2015. GEOGRAPHIC RESTRICTION: 1. Restricted to an area no greater than 195 nautical miles one-way 390 nautical miles round-trip, and no further than 10 nautical miles offshore. (Ref: LANTAREAINST 3100.ID In accordance with FAR 19.1305, if your firm is HUB Zone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond by email to Jack.E.Rodman@uscg.mil or Natalie.J.Rodriguez@uscg.mil and 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 December 15, 2014 at 10:00 am PST. Contractors are reminded that should this acquisition become a HUB Zone set-aside, FAR 52.219-3, Notice of Total HUB Zone 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 also 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 information must be submitted in sufficient detail for a decision to be made on a HUB Zone, 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 HUB Zone or SDVOSB Set-Aside, or Small Business Set-Aside will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Please submit your questions via email to Contract Specialist at Jack.E.Rodman@uscg.mil SCHEDULE ITEM DESCRIPTION UNIT PRICE UNIT QTY D-001 Hull Plating (U/W Body), Inspect JOB 1 D-002 Hull Plating (U/W Body), Ultrasonic Testing JOB 1 O-003 Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Repair EA 1 O-004 Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Repair EA 1 O-005 Hull and Structural Plating (General) - Degraded Weld (Steel), Repair EA 1 D-006 Appendages (U/W), Leak Test JOB 1 O-007 Appendages (U/W) - Internal, Preserve JOB 1 D-008 Propulsion Shafting, Remove, Inspect, and Reinstall JOB 1 D-009 Propeller, Remove, Inspect, and Reinstall JOB 1 O-010 Propeller, Perform Minor Repairs and Reconditioning JOB 1 D-011 Keel Coolers, Clean, Inspect and Hydro JOB 1 D-012 Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean JOB 1 D-013 Boiler Exhaust Stack Uptakes, Commercial Clean JOB 1 D-014 Fathometer Transducer, Renew JOB 1 O-015 Stern Tube Interior Surfaces, Preserve 100% JOB 1 D-016 Cathodic Protection / Zinc Anodes, Renew 65-WYTL JOB 1 D-017 Drydocking JOB 1 D-018 Temporary Services, Provide - Tender JOB 1 D-019 Main Diesel Engine (MDE) Exhaust Stack Uptakes, Commercial Clean JOB 1 D-020 Sea Trial Performance, Support, Provide JOB 1 O-021 Hull and Structural Plating (General) -10.2-Pound Steel, Repair EA 1 O-022 Hull and Structural Plating (General) - 7.5-Pound (3/16") Steel Plate, Repair EA 1 D-023 Sea Strainers - Duplex (All Sizes), Overhaul/Renew JOB 1 D-024 Rudder Assembly; Remove, Inspect and Reinstall JOB 1 D-025 Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) JOB 1 D-026 Hull Plating and Structural Members (Various Locations), Inspect and Repair JOB 1 D-027 Lead-Based Paint, Perform 100% Abatement JOB 1 O-028 Stern Tube, Renew JOB 1 O-029 U/W Body, Preserve (100%) JOB 1 O-030 U/W Body, Preserve (Partial - Condition A) JOB 1 O-031 U/W Body, Preserve (Partial - Condition B) JOB 1 O-032 U/W Body, Preserve (Partial - Condition C) JOB 1 D-033 Cabin Top, Renew JOB 1 D-034 Crew Berthing and Head Frames, Repair JOB 1 D-035 Propulsion Shafting, Modify JOB 1 O-00A Composite Labor Rate Hour 170 D-00B GFP Report NSP EA O-00Z Laydays Day 5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/USCGC_SHACKLE_(WYTL-65609)_SCHEDULED_DRY-DOCK_REPAIRS_FY15/listing.html)
 
Place of Performance
Address: Contractor's Dry-Dock, United States
 
Record
SN03589767-W 20141210/141208234148-149337128d8f4bda9d68639d49010188 (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.