MODIFICATION
J -- SOURCES SOUGHT FOR DRYDOCK REPAIRS USCGC GANNET (WPB-87334)
- Notice Date
- 1/21/2004
- Notice Type
- Modification
- 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-WPB87334
- Response Due
- 1/30/2004
- Archive Date
- 1/31/2005
- Point of Contact
- Barbara Kuklinski, Contract Specialist, Phone (757)628-4648, Fax (757)628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
- E-Mail Address
-
bkuklinski@mlca.uscg.mil, mmonahan@mlca.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Modification adds geographic restictions from Brownsville, TX to Shallottee Inlet, NC. 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 $250,000. The small business size standard is less than 1,000 employees. NAICS is 336611 and the SIC is 3731. The acquisition is for DRYDOCK repairs to the USCGC GANNET (WPB-87334), an 87-foot patrol boat. Vessel's homeport is DANIA BEACH, FL. The place of performance for this vessel is geographically restricted from Brownsville, TX to Shallottee Inlet, NC. All work will be performed at contractor's facility. The performance period will be 42 days with a start date of on or about 05 July 2004. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC GANNET (WPB-87334). This work will include, but is not limited to: CLEAN SEWAGE AND GREY WATER COLLECTION AND HOLDING TANKS; REALIGN MAIN ENGINE/REDUCTION GEAR; REMOVE, INSPECT, AND REINSTALL PROPELLER SHAFTS; STRAIGHTEN SHAFT; RENEW WATER-LUBRICATED SHAFT BEARINGS; REMOVE, INSPECT AND REINSTALL PROPELLERS; PERFORM MINOR REPAIRS AND RECONDITIONING OF PROPELLER; PRESERVE THE TRANSDUCER HULL RING AND RENEW THE V850 DEPTH INDICATING TRANSDUCER; OVERHAUL AND RENEW VALVES; REMOVE, INSPECT AND REINSTALL RUDDER ASSEMBLIES; PRESERVE MAIN DECK SURFACES; PRESERVE RIB WET NOTCH DECK AND STERN DOOR INTERIOR SURFACE; PRESERVE UNDERWATER BODY; DRAFT MARK PAINTING; MODIFY AND RENEW CATHODIC PROTECTION SYSTEM; PROVIDE TEMPORARY MESSING AND BERTHING; PROVIDE TEMPORARY LOGISTICS; ROUTINE DRYDOCKING; REINFORCE ENGINE ROOM SKEG AND STRUT STRUCTURES; REPLACE SSDG SEA WATER COOLING SYSTEM OVERBOARD VALVES WITH FLANGED VALVES; AND GFP REPORT IN ACCORDANCE WITH SOLICITATION. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, this acquisition will be issued as a Small Business Set-Aside. 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 bkuklinski@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Ms. Barbara Kuklinski at (757) 628-4648. 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, and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside FAR 52.219-3, requiring at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concern, applies. Your response is required by January 30, 2004. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside. A decision on whether this will be pursued as a HUBZone small business set aside or as a Small Business Set-Aside will be posted in FEDBIZOPPS.
- Place of Performance
- Address: CONTRACTOR'S FACILITY
- Record
- SN00507059-W 20040123/040121211524 (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 |