SOURCES SOUGHT
J -- Sources Sought for the USCGC Muskingum (WLR-75402) Drydock and Repair
- Notice Date
- 10/31/2008
- 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
- HSCG80-09-Q-3FA211
- Archive Date
- 11/16/2009
- Point of Contact
- Tomeka Evans,, Phone: 757-628-4666, Mildred A Anderson,, Phone: (757)628-4637
- E-Mail Address
-
tomeka.evans@uscg.mil, mildred.a.FIGUEREO@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), or for Small Businesses. The estimated value of this procurement is between $1,250,000.00 and $1,500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to dry dock and repair the USCGC Muskingum (WLR-75402), a 75 foot river buoy tender and 130 foot barge. The homeport of the vessel is Sallisaw, Oklahoma. The performance period is one-hundred (100) calendar days and is expected to begin on or about February 23, 2009. The vessel’s availability will be geographically restricted to the Western Rivers of the United States (see note below). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC Muskingum (WLR-75402). This work will include, but is not limited to: clean and inspect fuel service tanks (tender and barge), shrink wrap crane, preserve main deck (tender), preserve barge buoy and shack deck, preserve underwater body – 100% (tender and barge), preserve freeboard – 100% (tender and barge), renew Cathodic Protection System (tender), routine drydocking (tender and barge), provide temporary logistics, perform ultrasonic thickness measurements, renew hull plating frames and stanchion (barge), renew section of fire main piping, renew reach rod components for ballast valve (barge), renew shower stalls, modify barge side shell plating, main engine and shafting upgrade, upgrade steering gear and rudder systems, renew a/c sea strainer valve (tender), renew sea valves (barge), renew fire main valve (barge), renew spud and spud wall surfaces, composite labor, and laydays. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305 and FAR 19.1405, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to tomeka.evans@uscg.mil or by fax at (757) 628-4676. 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; (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 November 10, 2008 at 4:30 pm, 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 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, Service Disabled Veteran-Owned Small Business set aside, or 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 a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666. Note: Geographic Restriction: Restricted to the Western Rivers of the United States. The “Western Rivers” means navigable portions of the Mississippi River and its tributaries above mile marker 0 of the Lower Mississippi River. Navigable tributaries of the Mississippi River include only the waterways within the area of jurisdiction of Coast Guard aids to navigation facilities as described in Light List Volume V (COMDTINST M16502.5), and the Tennessee-Tombigbee Waterway to the mouth of the Mobile River. This includes protected portions of the Intra Coastal Waterway connected to the “Western Rivers,” but specifically excludes unprotected or open waters such as Mobile Bay, Lake Borgne, and the Gulf of Mexico. In addition, the vessel is restricted south of Melvin Price Lock and Dam between November 1st and March 15th.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f824ca5d3c4b473975389a1c3af51a80&tab=core&_cview=1)
- Place of Performance
- Address: The place of performance will be at the contractor's facility., United States
- Record
- SN01699173-W 20081102/081031214816-f824ca5d3c4b473975389a1c3af51a80 (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 |