Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2006 FBO #1649
MODIFICATION

J -- Sources Sought Notice for USCGC Barbara Mabrity (WPB 1339)

Notice Date
5/31/2006
 
Notice Type
Modification
 
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-BarbaraMabrityDrydock2007
 
Response Due
6/5/2006
 
Archive Date
1/1/2007
 
Point of Contact
Kathryn Stark, Contract Specialist, Phone 757 628-4588, Fax 757 628-4676,
 
E-Mail Address
kstark@mlca.uscg.mil
 
Description
***There is a geographical restriction associated with this availability. The CGC Barbara Mabrity is restricted to transiting to the waters of the Gulf Coast and the eastern seaboard north to Charleston, S.C. *** The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone, Small Business concerns or Service-Disabled Veteran-owned Small Business concerns. The estimated value of this procurement is between $400,000.00 and $1,000,000.00. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC Barbara Mabrity (WLM-559), a 175-foot patrol boat whose homeport is in Mobile, Alabama. All repairs are to be performed at the contractors facility. The CGC Barbara Mabrity is restricted to transiting to the waters of the Gulf Coast and the eastern seaboard north to Charleston, S.C. The performance period is seventy-two (72) calendar days and is expected to begin on or about November 7, 2006. The scope of the acquisition is for the drydock repairs, which include overhauling, cleaning, inspecting, and renewing of various items aboard the Barbara Mabrity (WLM-559). This work includes, but is not limited to: Clean and Inspect Fuel and Oil Tanks, Clean Ballast Tanks and Voids, and Sewage and Grey Water Collection and Holding Tanks, Inspect Z-Drive Propulsion Units, Preserve Transducer Hull Rings, Clean Shipboard Ventilation Systems, Install Air Conditioning Unit, Overhaul and Renew Valves, Clean, Inspect, and Preserve Sea Bay, Inspect and Test Air Receivers and Relief Valves, Inspect Bow Thruster Tunnel and Lower Unit, Hydraulic Chain Stopper Maintenance, Buoy Chain Winch Maintenance, Anchor, Anchor Chain, and Ground Tackle Maintenance, Inspect and Repair Anchor Chain and Ground Tackle, Buoy Crane Maintenance, Preserve Chain Locker, Preserve Forepeake Tank, Preserve Various Topside Components, Preserve Void, Preserve Buoy Working Areas, Preserve Underwater Body, Coating System Visual Inspection, Coating System Thickness Testing, Painting Draft Marks, Provide Temporary Lodging and Dining, Provide Temporary Logistics, and Routine Drydocking. 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, 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 email to kstark@mlca.uscg.mil or by fax at (757)628-4676. In your response please include: (a) a positive statement of your intention to submit an offer 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 June 5, 2006. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Small Business or Service-Disabled Veteran-owned set aside. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-14 Limitations on Subcontracting, 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 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 HUB Zone small business concerns. 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 or other service-disabled veteran-owned small business concerns. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone set aside, a Small Business set aside, a Service-Disabled Veteran-owned Small Business Set-Aside, or an unrestricted procurement will be posted on FEDBIZOPS. Funds are not presently available for this project. No award will be made under this solicitation until funds are made available. The Government reserves the right to cancel this solicitation, either before or after the closing date. For information concerning this acquisition contact the Contracting Official listed above. Questions may be referred to Ms. Kathy Stark at (757) 628-4588 or email to kstark@mlca.uscg.mil.
 
Place of Performance
Address: Contractors Facility within the geographical restriction
 
Record
SN01059595-W 20060602/060531220521 (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 |
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.