SOURCES SOUGHT
J -- J- SOURCES SOUGHT FOR DRYDOCK REPAIRS USCGC CUSHING(WPB-1321)
- Notice Date
- 4/20/2006
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, 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-DD-WPB-1321
- Response Due
- 4/25/2006
- Archive Date
- 6/30/2006
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC CUSHING (WPB-1321), a 110 Foot PATROL BOAT. The homeport of the vessel is San Juan, Puerto Rico. The performance period is SIXTY (60) calendar days and is expected to begin on or about 15 June 2006 and end on or about 13 August 2006. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC CUSHING (WPB-1321). This work will include, but is not limited to: welding repairs; remove, inspect, and reinstall propeller shafts; clean, inspect and repair fuel and oil tanks, renew water lubricated propeller shaft bearings; remove, inspect and reinstall propellers; remove, inspect and reinstall rudder assemblies; preserve transducer hull ring; overhaul stabilizing fins; renew sea strainers; inspect bronze sleeves in various areas, overhaul mechanical shaft seal assemblies, repair propeller root erosion, overhaul steering gear components, overhaul hydraulic pumps, preserve forward auxiliary space, preserve underwater body ? complete, preserve freeboard; inspect and maintain cathodic protection system; renew capastic fairing, routine drydocking; provide temporary logistics; renew windows, install gooseneck vent (EC # 110-C-099), renew shower stalls, renew and relocate fuel piping, renew floating deck system in aft berthing space, reseal cosmetic polymeric deck covering systems, laydays, composite labor and provide additional temporary logistics. There is no geographic restriction for the contract performance. 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 as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to lromano@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mr. Louis Romano at (757) 628-4651. 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 telephone numbers. At least two references are requested, but more are desirable. Your response is required by April 25, 2006 at 11:00 AM, EST. 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. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business 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. 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 in FedBizOpps website at http://www.eps.gov.
- Place of Performance
- Address: THERE IS NO GEOGRAPHIC RESTRICTION FOR THIS PROCUREMENT.
- Country: USA
- Country: USA
- Record
- SN01031716-W 20060422/060420220452 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |