SOURCES SOUGHT
J -- USCGC GANNET DD
- Notice Date
- 1/18/2007
- 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
- Reference-Number-GANNETDD
- Response Due
- 2/16/2007
- Archive Date
- 2/16/2008
- Description
- The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC GANNET (WPB-87334), an 87 Foot Patrol Boat. The USCGC GANNET is home ported in Fort Lauderdale, Florida. The performance period will be forty-two (42) calendar days with a start date on or about 16 July 2007. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC GANNET (WPB-87334). This work will include, but is not limited to: (1) Welding Repairs, (2) Realign Main Engine/Reduction Gear, (3) Remove, Inspect, and Reinstall Propeller Shafts, (4) Repair Shaft, (5) Straighten Shaft, (6) Inspect Water Lubricated Shaft Bearings, (7) Remove, Inspect and Reinstall Propellers, (8) Perform Minor Repair and Recondition of Propeller, (9) Preserve Transducer Hull Rings, (10) Overhaul and Renew Valves, (11) Remove, Inspect, and Reinstall Rudder Assemblies, (12) Preserve Rib Wet Notch Deck and Stern Door Interior Surface, (13) Preserve Underwater Body, (14) Preserve Freeboard, (15) Renew Cathodic Protection System, (16) Inspect Transducer Fairings, (17) Routine Dry-docking, (18) Provide Temporary Logistics, (19) Remove, Inspect and Reinstall Stern Launch Door Pivot Pins, Bushings and Washers, (20) Repair and Preserve Forepeak Compartment, (21) Inspect Hull Plating, (22) Preserve Surfaces in the Lazarette. 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 Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Viki.J.Frey@uscg.mil or by fax (757) 628-4676. Questions may be referred to Viki Frey at (757) 628-4644. In response please include the following: (a) a positive statement of your intent 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 (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or FAR 52.214-6, will apply, which requires that at least fifty (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 16 FEBRUARY 2007. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside or Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov.
- Record
- SN01214436-W 20070120/070119092533 (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 |