Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2007 FBO #1874
SOURCES SOUGHT

J -- USCGC THUNDER BAY DOCKSIDE REPAIRS

Notice Date
1/11/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
USCGCTHUNDERBAYDOCKSIDE
 
Response Due
1/22/2007
 
Archive Date
1/11/2008
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone certified concerns, Service-Disabled Veteran-owned Small Business concerns, or for Small Business concerns. The small business size standard is less than 1,000 employees. The acquisition is to repair the USCGC THUNDER BAY (WTGB-108), a 140 Foot Icebreaker Tug. The homeport of the vessel is ROCKLAND, ME. The performance period is FOURTY (40) calendar days and is expected to begin on or about 25 June 2007. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC THUNDER BAY (WTGB-108). This work will include, but is not limited to: Renew Water-tight Hatches; Inspect Steering System; Overhaul Steering Pump Motor; Overhaul Steering Pump; Perform Boat Boom Maintenance; Perform Vertical Capstan Maintenance; Preserve Boat Deck; Clean Exhaust Stack Piping and Spark Arrestors; Renew Exhaust Insulation Lagging for SSDG?s MDE?s and Ship?s Boiler; Clean Sewage and Grey Water Piping Systems; Overhaul Oily Water Separator; Renew Coast Guard Emblem Weld Bead; Preserve Bulkhead Surfaces in Various Compartments; Preserve Motor Room Bilge Surfaces; and, Renew Deck Covering Systems. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, it is expected that the acquisition will be issued as Full and Open Competition. However, in accordance with FAR 19.1305 if your firm is HUBZone certified, a Service-Disabled Veteran-owned Small Business or a Small Business, and intends to submit an offer on this acquisition, please respond by e-mail to dawn.j.dabney@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Dawn J. Dabney at (757) 628-4636. 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; and (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 January 22, 2007 (2pm 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 also 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, Service-Disabled Veteran-Owned Small Business set-aside, or a Small Business set-aside. Failure to submit all information requested may result in a Full and Open Competition acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
 
Place of Performance
Address: USCG STATION, 54 TILLSON AVE., ROCKLAND, ME
Zip Code: 04841
Country: UNITED STATES
 
Record
SN01209415-W 20070113/070111220358 (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.