Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2004 FBO #1054
SOURCES SOUGHT

J -- HUBZone Sources Sought Notice for USCGC CLAMP (WLIC-75306) Drydock Repairs

Notice Date
10/13/2004
 
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-CLAMPDD05
 
Response Due
10/28/2004
 
Archive Date
10/13/2005
 
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 $250,000 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 at the contractor?s facility to the USCGC CLAMP (WLIC-75306), a 75? Inland Construction Tender and 68? 6-1/2? Barge. The vessel?s homeport is Galveston, Texas. Geographic restriction: No open water transits. Restricted from Brownsville, Texas, to Carrabelle, Florida, via Intra Coastal Waterway. The vessel?s availability is for forty-two (42) calendar days, starting May 2, 2005. The scope of this acquisition is for drydock repairs of various items aboard the USCGC CLAMP (WLIC-75306). The work will include, but is not limited to: welding repairs; cleaning and inspecting fuel tanks; removing, inspecting and reinstalling propeller shafts; renewing shaft covering; straightening shaft; renewing water-lubricated shaft bearings; renewing propeller shaft sleeves; renewing shaft strut barrel; removing, inspecting, and reinstalling propellers; performing minor repairs and reconditioning of propeller; cleaning, inspecting, and testing grid coolers; preserving transducer hull rings; overhauling and renewing valves; renewing air receivers and associated piping; removing, inspecting, and reinstalling rudder assembly; rebuilding rudder stock; renewing rudder lower bearing trunk; renewing upper bearing housing and upper bearing housing support; renewing tender towing knees; preserving barge spuds, spud wells, and renewing spud well liners; inspecting various deck fittings; preserving barge buoy deck; preserving underwater body; preserving freeboard of tender and barge; providing temporary logistics; routine drydocking; laydays; renewing jet pump piping; renewing barge hatch; renewing watertight doors; renewing fuel piping; renewing tender exterior doors; renewing keel cooler piping; inspecting and overhauling duplex sea strainers; cleaning shipboard ventilation system; and covering and protecting Weatherford CG300 hydraulic ATON Crane. 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 gmcdaniel@mlca.uscg.mil or by fax (757) 628-4676. Questions may be referred to Ms. Gail McDaniel at (757) 628-4649. 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 October 28, 2004. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside or a 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.
 
Record
SN00693057-W 20041015/041013211516 (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.