SOURCES SOUGHT
J -- USCGC BRIDLE (WYTL-65607) DRYDOCK AND REPAIR SOURCES SOUGHT
- Notice Date
- 11/5/2003
- Notice Type
- Sources Sought
- Contracting Office
- DHS - Direct Reports, 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-BRIDLEWYTL65607DD
- Response Due
- 11/17/2003
- Archive Date
- 11/5/2004
- Point of Contact
- Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
- E-Mail Address
-
kbrumfiel@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only, or Small Business concerns only. The estimated value of this procurement is between $100,000.00 and $400,000.00. The small business size standard is less than 1,000 employees. The vessel is geographically restricted to the protected waters of their assigned area of operations - no open water transits. The acquisition is to dry dock and repair the USCGC BRIDLE (WYTL-65607), a 65 Foot B Class Harbor Tug. The home pier of the USCGC BRIDLE (WYTL-65607) is located in Southwest Harbor, ME. The performance period is FIFTY-THREE (53) calendar days and is expected to begin on or about 10 May 2004 and end on or about 02 July 2004. The scope of the acquisition is to perform dry dock repairs to include the cleaning, inspecting, and renewing of various items aboard the USCGC BRIDLE (WYTL-65607). This work includes but is not limited to: welding repairs; clean fuel tanks; clean sewage holding tank; remove, inspect, and reinstall propeller shaft; renew shaft covering; straighten shaft; renew water-lubricated shaft bearings; renew propeller shaft sleeves; remove, inspect and reinstall propeller; perform minor repairs and reconditioning of propeller; clean and test grid coolers; overhaul and renew valves; remove, inspect, and reinstall rudder assembly; inspect various deck fittings; preserve and disinfect potable water tank; preserve sewage holding tank; preserve weather decks; preserve underwater body; preserve freeboard; renew cathodic protection system; provide temporary messing and berthing; provide temporary logistics; routine dry docking; inspect berthing frames and shell plating; remove and reinstall sewage holding tank; overhaul steering gear system; preserve lazarette bilge; preserve forepeak bilge; preserve sewage void bilge; preserve main hold bilge. 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, or in accordance with FAR 19.502-2(b)(1) if your firm is a Small Business 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 November 17, 2003. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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 HUBZone Small Business set-aside, or Small Business set-aside, or on an unrestricted basis will be posted on FedBizOpps website at http://www.eps.gov.
- Place of Performance
- Address: Contractor's facility within the area of the specified geographic restriction.
- Country: USA
- Country: USA
- Record
- SN00464845-W 20031107/031105212940 (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 |