SOURCES SOUGHT
J -- USCGC SANGAMON TENDER AND BARGE FY10 DD
- Notice Date
- 1/13/2010
- 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
- USCGC_SANGAMON_FY10_DD
- Archive Date
- 1/13/2011
- Point of Contact
- Lisa Dieli, Phone: 757-628-4647
- E-Mail Address
-
lisa.dieli@uscg.mil
(lisa.dieli@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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DRYDOCK REPAIRS to the USCGC SANGAMON (WLR-65506) 65 FOOT B CLASS RIVER BUOY TENDER and SANGAMON BARGE (CGB-99005) 100 FOOT B CLASS BARGE. The home pier of the vessel is located at 97 Conference Center Drive, East Peoria, IL 61611. The vessel is geographically restricted to the Western Rivers of the United States. "Western Rivers" means the 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 specially excludes unprotected or open waters such as Mobile Bay, Lake Borgne and the Gulf of Mexico. (Specific) 01 November to 15 March south of Melvin Price Lock and Dam. The performance period is forty-nine (49) calendar days and is expected to begin on or about 21 JUNE 2010 and end on or about 09 AUG 2010. The scope of the acquisition is for various repairs that may include the following: Perform ultrasonic thickness measurement - underwater hull plating (tender); perform ultrasonic thickness measurement - underwater hull plating (barge); perform hull and structural plating repairs (10.2-pound); perform hull and structural plating repairs (12.75-pound); perform hull and structural steel plate repairs (15.3-pound); perform hull and structural steel plate repairs (20.5-pound); perform hull and structural plating repairs - eroded welds (steel); perform hull and structural plating repairs - crack (steel); perform hull and structural plating repairs - overlay welding (steel); renew propeller shafts; renew water lubricated shaft bearings; remove, inspect and reinstall propellers; clean, inspect and test grid coolers (tender); clean, inspect and test grid coolers (barge); overhaul and renew sea valves (tender); overhaul and renew sea valves (barge); overhaul duplex sea strainer (tender); overhaul duplex sea strainer (barge); remove, inspect and reinstall rudder assemblies; preserve spud and spud well surfaces (tender); preserve spud and spud well surfaces (barge); shrink wrap crane; preserve ballast tanks and voids 100% (barge); preserve barge buoy deck; preserve underwater body (tender) - partial; preserve underwater body (tender) - 100%; preserve underwater body (barge) - partial; preserve underwater body (barge) - 100%; preserve stern tubes; renew cathodic protection system (tender); renew cathodic protection system (barge); routine drydocking (tender); routine drydocking (barge); provide temporary logistics (tender); provide temporary logistics (barge); renew tender keel cooler piping; restore barge void access; perform tender structural bulkhead repairs; perform barge forward rake repairs; perform tender stern repairs; composite labor rate; gfp report and laydays. 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 a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable (please include e-mail contact information for your references). Your response is required by January 28, 2010 on/before 04:30 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 or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/USCGC_SANGAMON_FY10_DD/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN02041398-W 20100115/100113234934-439dc078210df3442cb6ba1719913ccf (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 |