Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOURCES SOUGHT

J -- Sources Sought for the 2010 Drydock Repairs to the USCGC HAMMERHEAD (WPB 87302)

Notice Date
2/4/2010
 
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
07122010-DD
 
Archive Date
2/4/2011
 
Point of Contact
Tomeka Evans, Phone: 757-628-4666, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
tomeka.evans@uscg.mil, susan.a.kreider@uscg.mil
(tomeka.evans@uscg.mil, susan.a.kreider@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 small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform drydock and repairs to the USCGC HAMMERHEAD (WPB-87302), an 87 foot patrol boat. The homeport of the vessel is Woods Hole, MA. The performance period is forty-two (42) calendar days and is expected to begin on or about July 12, 2010. The vessel’s availability will be geographically restricted to a facility located within an area no greater than 600 nautical miles from the vessel’s homeport. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC HAMMERHEAD (WPB-87302). This work will include, but is not limited to: perform ultrasonic thickness measurements, clean and inspect dirty oil tank, clean and inspect oily water tank, clean and inspect fuel service tanks, clean and inspect grey water tank, clean and inspect sewage tank, clean grey water piping system, clean sewage piping system, inspect pilothouse deck, inspect RHIB notch skid pads, remove, inspect, and reinstall propeller shafts, renew depth indicating transducer, renew sea valves and inspect associated piping and strainers, remove, inspect, and reinstall rudder assemblies, remove, inspect and reinstall stern launch door, and inspect door pivot pins, bushings, and washers, modify and renew cathodic protection system, routine drydocking, provide temporary logistics, composite labor, 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. 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 February 15, 2010 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/07122010-DD/listing.html)
 
Place of Performance
Address: The place of performance will be located at the contractor's facility., United States
 
Record
SN02058242-W 20100206/100204235728-d5285e00325c8c9df6456580dedf0a9c (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.