SOURCES SOUGHT
J -- DRYDOCK REPAIRS TO THE USCGC CHINCOTEAGUE (WPB 1320)
- Notice Date
- 5/2/2007
- 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
- HSCG80-07-Q-TVD04
- Response Due
- 5/14/2007
- Archive Date
- 10/30/2007
- 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 (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 CHINCOTEAGUE (WPB 1320), a 110 FOOT B CLASS PATROL BOAT. The homeport of the USCGC CHINCOTEAGUE is located in San Juan, Puerto. The repairs shall be performed at the contractor?s facility. The performance period is 28 calendar days and is expected to begin on or about 02 JULY 2007. The work items include but are not limited to: Welding Repairs; Routine Drydocking; Temporary Logistics; Clean and Inspect Fuel and Oil Tanks (includes disposal); Preserve oil tanks; Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; Clean Sewage and Grey Water Piping System; Remove, Inspect, and Reinstall Propellers; Preserve Forward Peak Compartment; Repair, Preserve and Disinfect Potable Water Tank; Preserve Forward Void; Preserve and Insulate Battery Space; Preserve and Insulate Aft Steering Compartment; Preserve Transducer Hull Ring; Preserve Underwater Body; Preserve Freeboard; Preserve Weather Decks; Install Spray Rail Extensions (EC No. 110-C-087); Install Stern Flap (EC No. 110-C-087); Install New Flush-mounted Hatch Drains and Forward Peak Hatch (EC 110-C-119); Renew Structural Closures; Renew False Bulkheads; Repair Magazine Overhead; Renew Pilothouse Windows; Renew Valves; Laydays, GFP Report. 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 total small business competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Cindy.E.Floyd@uscg.mil or by fax at (757) 628-4676. Questions may be referred to Cindy Floyd at (757) 628-4653. 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 14 May 2007. 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 a restricted acquisition. Contractor?s are reminded that should this acquisition become a HUBZone set aside or SDVOSBA Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 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 employees of other HUBZone small business concerns. 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. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set-aside, or small business set-aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov/
- Place of Performance
- Address: CONTRACTOR'S FACILITY
- Zip Code: 00000
- Country: UNITED STATES
- Zip Code: 00000
- Record
- SN01285701-W 20070504/070502221817 (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 |