Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOURCES SOUGHT

J -- DRYDOCK AND REPAIR USCGC CHEYENNE (WLR-75405)

Notice Date
2/10/2004
 
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-DDCHEYENNE
 
Response Due
2/20/2004
 
Archive Date
3/6/2004
 
Point of Contact
Wendy Culbreth, Contract Specialist, Phone (757) 628-4657, Fax (757) 628-4675, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
wculbreth@mlca.uscg.mil, mmonahan@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 $250,000 and $500,000. 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 CHEYENNE (WLR-75405), a 75 Foot ?C? Class River Buoy Tender and 100 Foot Barge. Vessel's homeport is ST LOUIS, MO. All work will be performed at the Contractor?s facility. The place of performance for the tender and barge is restricted to the Western Rivers of the United States. The Western Rivers means the navigable portions of the Mississippi River and its tributaries above mile 0 of the lower Mississippi River. Navigable tributaries of the Mississippi River include only the waterways within the area of jurisdiction of Coast Guard Aids to navigation Facilities as described in Light List Volume V (COMDTINST M16502.5, and the Tennessee-Tombigbee Waterways to the mouth of the Mobile River. This includes protected portions of the Intra Coastal Waterway connected to the ?Western Rivers,? but specially excluded unprotected or open waters such as Mobile Bay, Lake Borgne, and the Gulf of Mexico. The performance period will be 54 days with a start date of on or about 12 July 2004. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC CHEYENNE (WLR-75405). This work will include, but is not limited to: REMOVE, INSPECT, AND REINSTALL PROPELLERS, PROPELLER SHAFTS AND INTERMEDIATE SHAFTS; RENEW WATER LUBIRCATED SHAFT BEARINGS, AND PROPELLER SHAFT SLEEVES; CLEAN AND TEST GRID COOLERS; CLEAN SHIPBOARD VENTILATION SYSTEMS; OVERHAUL AND RENEW VALVES; REMOVE, INSPECT AND REINSTALL STEERING AND FLANKING RUDDER ASSEMBLIES; RENEW TENDER TOWING KNEES; PRESERVE SPUD AND SPUD WELL ON TENDER AND BARGE; INSPECT VARIOUS DECK FITTINGS: PERSERVE BARGE BOUY DECK; PRESERVE UNDERWATER BODY; PROVIDE TEMPORARY MESSING AND BERTHING; PROVIDE TEMPORARY LOGISTICS; ROUTINE DRYDOCKING; RENEW TRANSVERSE AND LONGITUDINAL FRAMING IN LAZARETTE; PERSERVE BILGE SURFACES IN SHAFT ALLEY; COMPOSITE LABOR; 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 wculbreth@mlca.uscg.mil or by fax (757) 628-4657. Questions may be referred to Ms. Wendy Culbreth at (757) 628-4657. 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, and (c) past performance references with points of contact and phone numbers. 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 February 20, 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.
 
Record
SN00519416-W 20040212/040210211531 (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 |
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.