SOURCES SOUGHT
J -- DRYDOCK REPAIR USCGC BOLLARD (WYTL 65614)
- Notice Date
- 9/23/2004
- 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-DDWYTL65614
- Response Due
- 10/7/2004
- Archive Date
- 10/22/2004
- Description
- The U. S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The small business size standard is less than 1,000 employees. The acquisition is for the dry docking and repair to the USCGC BOLLARD (WYTL 65614), a 65-Foot Class Harbor Tug. The home port is New Haven, CT. Geographic Restriction: Manomet Pt, MA, Hudson River up to the Troy Locks, NY and the D1/D5 Boundary at Toms River and Shrewsbury River, NJ. The work will be performed at the contractor?s facility. The performance period is for 56 days. Commencing on or about 2 May 2005. This work is such as, but not limited to: Inspect Various Deck Fittings & Tow Bitt (Stack Mounted), Clean Exhaust Stacks, Repair Pilothouse Visor, Inspect & Pressure Under Rubrail. Apply one coat of PSX 700 to the entire Freeboard (50 UT Shots). Preserve Transducer Hull Ring and Adapter, Renew Sea Water Duplex Strainer, Renew Port Handrail, Renew Handrail Gussets, Install Stuffing Tubes & Transit Blocks, Blast, Prime & Paint Forepeak, Sewage Tank, Port and Stbd Voids, Main Hold & Lazarette Bilges (Euro Navy paint). 1.Weld Repairs as per DWG 65 WYT 1101-1 Rev E., 2.Blast, Prime and Paint Forepeak, Sewage Tank Void, Sewage Tank Exterior, and Crew Berthing as per CCM (Berthing includes Deck ? Change from Linoleum to Paint) (Use Ceramic Temp coat only in the areas subject to condensation). Overhaul Steering Gear System (Include the chain and sprockets of the helm assembly). Welding Repairs. Clean Sewage/Gray Water Tank. Remove, Inspect, and Reinstall Propeller Shaft (Steel shaft with fiberglass wrap). Renew Propeller Shaft (SST). Renew Water Lubricated Bearings (Contractor Provided). Remove, Inspect, Reinstall Propeller (60x39). Perform Minor Repairs & Reconditioning of Propeller. 1. Clean, Inspect, Test, Reinstall MDE & Both SSDG Grid Coolers. 2. Clean & Flush MDE & Both SSDG Cooling Systems. Refill with Extended Life CAT Coolant. (Grid Cooler gaskets, CAT Coolant, and CAT Cleaner will be provided as GFE). 3. Renew MDE Grid Cooler Hoses (Contractor provide hoses and fittings). Overhaul & Renew Valves. Inspect and Test Air Receiver, Renew Air Receiver Relief Valve. Remove, Inspect & Reinstall Rudder Assembly. Preserve Underwater Body (100 UT Shots). Renew Cathodic Protection. Provide Temp Messing & Berthing (Messing is lunch & Dinner only) Both If >=50 miles from Homeport). Provide Temporary Logistics. Routine Dry Docking. 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, 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 mrrobinson@mlca.uscg.mil or by fax (757)628-4676. Questions may be referred to Ms. Mia Robinson at (757)628-4654 or Ms. Mildred Anderson at (757)628-4637. 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 phone numbers. At least two references are requested, but more are desirable. Your response is required by 7 October 2004. 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 at www.eps.gov.
- Record
- SN00680167-W 20040925/040923211533 (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 |