SOURCES SOUGHT
J -- USCGC NEAH BAY (WTGB-105) DOCKSIDE REPAIR
- Notice Date
- 12/24/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- Reference-Number-NEAHBAYWTGB105DS
- Archive Date
- 12/24/2003
- Point of Contact
- Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Marion Veber, Supervisory Contract Specialist, Phone 757-628-4633, Fax 757-628-4676,
- E-Mail Address
-
kbrumfiel@mlca.uscg.mil, mveber@mlca.uscg.mil
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $100,000 and $500,000. The small business size standard is less than 1,000 employees. The acquisition is to perform dockside repairs to the USCGC NEAH BAY (WTGB-105), a 140 Foot Icebreaking Tug. The homepier of the USCGC NEAH BAY (WTGB-105) is located at 1055 East Ninth Street in Cleveland, OH 44114-1092. The performance period is thirty-five (35) calendar days and is expected to begin on or about 28 July 2003. The vessel is geographically restricted to the Great Lakes. The scope of the acquisition is for the overhauling, cleaning, inspecting, and renewing of various items aboard the USCGC NEAH BAY (WTGB-105). This work includes, but is not limited to: hydro-blast sewage and grey water piping; clean and inspect sewage tanks; steering system relief valves; clean and inspect ballast tanks; clean and inspect potable water tanks; remove and renew auxiliary machine WTH; service life rafts; test and adjust relief valves; preserve weather decks; paint superstructure; renew MDE mounts; boiler replacement; clean exhaust stack and spark arrester; renew mast support cables; test SSDG and shore tie circuit breakers; clean ventilation system vent ducts; clean, inspect, and hydro main motor and prop gen air coolers; overhaul anchor and anchor chain; inspect and repair anchor windlass level 2; inspect and repair warping capstan level 2; provide temporary logistics; provide temporary berthing; provide temporary messing. All welding and brazing shall be accomplished only by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified and intends to submit an offer on this acquisition, please respond by e-mail to kbrumfiel@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Kevin Brumfiel at (757) 628-4635. In your response you must 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 January 06, 2003. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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 small business set aside or on an unrestricted basis will be posted on FedBizOpps.
- Record
- SN00230295-W 20021226/021224213636 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |