Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOURCES SOUGHT

20 -- DRYDOCK USCGC GANNET

Notice Date
1/20/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
DRYDOCK_USCGC_GANNET
 
Archive Date
2/11/2010
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Mildred A Anderson, Phone: (757)628-4637
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, mildred.a.FIGUEREO@uscg.mil
(Nancy.M.Brinkman@uscg.mil, mildred.a.FIGUEREO@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, 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 GANNET (WPB-87334) 87-FOOT PATROL BOAT. The vessel has a Geographical Restriction of 576 nautical miles one-way or 1152 nautical miles round-trip from its homeport of Fort Lauderdale, FL. All work will be performed at the contractor's facility. The performance period will be FORTY-TWO (42) calendar days with a start date on or about 19 July 2010 through 30 August 2010. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC GANNET (WPB-87334) 87-FOOT PATROL BOAT. This work will include, but is not limited to: 1 Perform Ultrasonic Thickness Measurements 2 Perform Ultrasonic Thickness Measurements 3 Perform Hull and Structural Plating Repairs in Various Compartments - Eroded Welds (Steel) 4 Clean and Inspect Dirty Oil Tank 5 Clean and Inspect Oily Water Tank 6 Clean and Inspect Fuel Service Tanks 7 Clean and Inspect Grey Water Tank 8 Clean and Inspect Sewage Tank 9 Clean Grey Water Piping System 10 Clean Sewage Piping System 11 Inspect Pilothouse Deck 12 Inspect RHIB Notch Skid Pads 13 Renew RHIB Notch Skid Pad Studs 14 Realign Main Engine/Reduction Gear 15 Remove, Inspect and Reinstall Propeller Shafts 16 Repair Shaft 17 Straighten Shaft 18 Renew Intermediate Water-Lubricated Shaft Bearing 19 Renew Aft Water-Lubricated Shaft Bearing 20 Renew Intermediate Bearing Carrier 21 Renew Aft Bearing Carrier 22 Remove, Inspect, and Reinstall Propellers 23 Perform Minor Repair and Recondition of Propeller 24 Renew Depth Indicating Transducer 25 Renew Sea Valves and Inspect Associated Piping & Strainers 26 Remove, Inspect, and Reinstall Rudder Assemblies 27 Remove, Inspect and Reinstall Stern Launch Door, & Inspect Door Pivot Pins, Bushings, and Washers 28 Preserve Underwater Body - "Partial" 29 Preserve Underwater Body - "100%" 30 Preserve Stern Tubes 31 Modify and Renew Cathodic Protection System 32 Renew Transducer Fairing 33 Routine Drydocking 34 Provide Temporary Logistics 35 Renew Sounding Tube Caps 36 Install AFFF Bilge Sprinkler System (EC 087-A-024) 37 Modify and Preserve the Forepeak (EC 087-A-033) 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, if your firm is HUBZone certified or FAR 19.1404 if your firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Nancy.M.Brinkman@uscg.mil or by fax (757) 628-4676. Questions may be referred to Nancy Brinkman at (757) 628-4579. Your response is required by January 27, 2010. 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 a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov. 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 amount, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DRYDOCK_USCGC_GANNET/listing.html)
 
Place of Performance
Address: CONTRACTORS FACILITY, United States
 
Record
SN02045263-W 20100122/100120234804-e77d06ef3681208ab2a5f33b250731c3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.