SOURCES SOUGHT
J -- USCGC BUCKTHORN (WLI-642) DRYDOCK
- Notice Date
- 2/12/2008
- 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-BUCKTHORNWLI642DD
- Response Due
- 2/20/2008
- Archive Date
- 2/20/2009
- Point of Contact
- Arlene Woodley, Contract Specialist, Phone (757) 628-4645, Fax (757) 628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676
- E-Mail Address
-
Arlene.V.Woodley@uscg.mil, Michael.E.Monahan@uscg.mil
- Description
- The United States Coast Guard is considering whether or not to set-aside an acquisition for HubZone Set-Aside or Service Disabled Veteran-Owned Small Business. The estimated value of this procurement is between $100,000.00 and $250,000.00. The small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK repairs to the USCGC BUCKTHORN (WLI-642). The vessel?s homeport is Sault Ste Marie, MI. All work will be performed at the contractor?s facility. The performance period will be 42 calendar days with a start date on or about July 14, 2008. The scope of the acquisition is: 1) Overhaul and Renew Valves; 2) Renew Aft Steering Insulation; 3) Renew Potable Tank Vents; 4) Clean and Disinfect Potable Water Tanks; 5) Preserve Bouy Working Areas; 6) Renew Deck Drains and Associated Piping; 7) Overhaul Berthing Compartments; 8) Preserve Freeboard; 9) Reseal Latex Terrazzo or Cosmetic Polymeric Deck Covering Systems; 10) Preserve Underwater Body; 11) Remove, Inspect, and Reinstall Propeller Shaft; 12) Remove, Inspect, and Reinstall Propellers; 13) Remove, Inspect, and Reinstall Rudder Assembly; 14) Clean SSDG Exhaust Stack Uptake and Renew Both Mufflers; 15) Maintain Boat Davit; 16) Inspect and Preserve Spud and Spud Well Surfaces; 17) Clean, Inspect, and Test Grid Coolers; 18) Remove and Reinstall Interferences for Ship?s Structure and Machinery Evaluation Board Inspection; 19) Renew Transducer and Preserve Transducer Hull Ring; 20) Routine Drydocking; 21) Provide Temporary Logistics. Provide protective deck covering material. Trained welders who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. There are no geographical restrictions. At the present time this acquisition is expected to be issued small business set-aside. However, in accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please include the following: (a) a positive statement of your intent to submit a quotation for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and phone numbers. At least two references are requested, but more are desirable. Your response is required by February 20, 2008. 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 or a Small Business Set-Aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HubZone Set-Aside, Service-Disabled Veteran-Owned Small Business or Small Business Set-Aside or on an unrestricted basis will be posted on the FEDBizOps website at http://www.eps.gov.
- Record
- SN01506568-W 20080214/080212223605 (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 |