SOURCES SOUGHT
J -- Sources Sought Notice for Drydock Repairs to USCGC VISE (WLIC 75305)
- Notice Date
- 5/6/2004
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- 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-Vise75305
- Response Due
- 5/17/2004
- Archive Date
- 5/6/2005
- Point of Contact
- Kathryn Stark, Contract Specialist, Phone 757 628-4588, Fax 757 628-4676, - Mildred Anderson, Contracting Officer, Phone (757)628-4637, Fax (757)628-4675,
- E-Mail Address
-
kstark@mlca.uscg.mil, manderson@mlca.uscg.mil
- Description
- The U. S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Small Business concerns only. The estimated value of this procurement is between $100,000 and $500,000. The NAICS Code is 336611. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC VISE (WLIC-75305), 75 foot inland construction tender and barge at the contractors facility. The vessels homeport is St. Petersburg, Florida. The vessel is geographically restricted to transiting from Tampa, Florida no further north than Daytona Beach, Florida via the Intra Coastal Waterway. The vessels availability is for forty-two (42) calendar days, starting October 24, 2004. The scope of this acquisition is for drydock repairs of various items aboard the USCGC VISE (WLIC-75305). The work will include, but is not limited to: welding repairs; inspecting tender appendages, ultrasonic testing, removing, inspecting, and reinstalling propeller shafts, renewing water lubricated shaft bearings, removing, inspecting, and reinstalling propellers, performing minor repairs and reconditioning propeller, modifying hull fitting connection for grid coolers, cleaning, inspecting, and testing grid coolers, cleaning and inspecting main engine and ship service generator uptakes, preserving transducer hull rings, overhauling and renewing sea chest valves, inspecting and testing steering system relief valves, removing, inspecting, and reinstalling rudder assemblies, rebuilding rudder stock, renewing rudder bearings, preserving barge spuds and spud wells, repairing gray water overboard discharge piping, cleaning sewage and grey water piping system, preserving paint and aton lockers, renewing tender push knee channels, preserving barge buoy deck, preserving underwater body, preserving tender and barge freeboard, preserving tender exterior decks, renewing deck covering system, providing temporary logistics; routine drydocking; replacing barge sea chest waster pieces, inspecting, overhauling, and testing hydraulic ATON Crane, and inspecting various deck fittings. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. At the present time, this acquisition is expected to be issued as a Small Business set aside. 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 kstark@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Ms. Kathryn Stark at (757) 628-4588. In your response please include the following: (a) a positive statement of your intent to submit a quote 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 a drydock, a letter of commitment from the company providing the drydock during the performance 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, Notice of Total HUBZone 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 or employees of other HUBZone small business concerns. Your response is required by May 17, 2004. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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, a Small Business set aside, or on an unrestricted basis will be posted on the FedBizOps website at http://www.eps.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGMLCA/Reference-Number-Vise75305/listing.html)
- Record
- SN00581530-F 20040508/040506214210 (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 |