SOURCES SOUGHT
J -- USCGC KATHERINE WALKER DOCKSIDE REPAIRS SOURCES SOUGHT
- Notice Date
- 9/25/2008
- 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, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- DSWLM-552
- Archive Date
- 9/25/2009
- Point of Contact
- Jenifer M. Bordelon,, Phone: 757-628-4653, Stephen A Clark,, Phone: 757-628-4648
- E-Mail Address
-
jenifer.m.bordelon@uscg.mil, Stephen.A.Clark@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The United States 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). The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DOCKSIDE repairs to the USCGC KATHERINE WALKER (WLM-552), a 175 foot coastal buoy tender. The USCGC KATHERINE WALKER (WLM-552) homeport is Bayonne, NJ. All work will be performed at the vessels home port located at 85 Port Terminal Blvd Slip #1, Bayonne, NJ. The performance period will be forty two (42) calendar days with an anticipated start date on or about 23 March 2008. The scope of the acquisition is for the dockside repairs that will include the overhauling, cleaning and repairing of various items aboard the USCGC KATHERINE WALKER (WLM-552). This work will include, but is not limited to: Clean and Inspect Sewage Collection Tank; Clean Shipboard Ventilation Systems – Engine Room; Clean Shipboard Ventilation Systems – Laundry Room; Clean, Inspect and Test Hydro-Pneumatic Tank; Preserve Buoy Working Areas; Clean Exhaust Piping – Main Diesel Engines; Clean Exhaust Piping – Ship Service Diesel Generators; Install Compressed Air Emergency Dump Valve and Associated Piping; Perform Buoy Crane Maintenance; Preserve Buoy Crane Maintenance; Preserve Machine Shop Bilge Surfaces – Partial (Pier Side); Preserve Bow Thruster Room Bilge Surfaces – Partial (Pier Side); Preserve Pump Room Bilge Surfaces – Partial (Pier Side); Renew Deck Covering Systems – Mess Deck; Renew Deck Covering Systems – Change Room and Laundry Room; Modify Fuel Service Tank Overflow Piping; Renew Bow Thruster Room Insulation; Perform Buoy Chain Winch Maintenance and EIC 175-A-050 Modification; Install Window Wiper Modifications; Modify Sewage Tank Vent Piping; and Install Buoy Deck Control Room Deck Drains. 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 a small business set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if you firm is SDVOSB intends to submit an offer on this acquisition, please respond by e-mail to jenifer.m.bordelon@uscg.mil or by fax (757) 628-4675. Questions may be referred to Jenifer Bordelon at (757) 628-4653. 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 or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 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 2:00 pm EST, 14 October 2008. 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. 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 will be posted on the FedBizOps website at http://www.fedbizopps.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1fc69bfd9debc85d15483cb042a239a1&tab=core&_cview=1)
- Place of Performance
- Address: 85 Port Terminal Blvd Slip #1, Bayonne, New Jersey, 07002, United States
- Zip Code: 07002
- Zip Code: 07002
- Record
- SN01681875-W 20080927/080925223251-1fc69bfd9debc85d15483cb042a239a1 (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 |