SOURCES SOUGHT
J -- DRYDOCK USCGC IBIS
- Notice Date
- 2/11/2010
- 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
- DD_CGC_IBIS
- Archive Date
- 2/23/2011
- Point of Contact
- Lori L. Ellis, Phone: 757 628 4646, Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@uscg.mil
(Lori.L.Ellis@uscg.mil, Nancy.M.Brinkman@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 estimated value of this procurement is between $250,000 and $500,000. 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 IBIS (WPB-87338), an 87 FOOT PATROL BOAT. The 87 FOOT PATROL BOAT is home ported in Cape May, NJ. The contractor shall perform all work at the contractor's facility. There is a onetime geographic restriction for this dry-dock availability to a facility within 336 nautical miles (nm) total one-way (672 nautical mile roundtrip). The performance period will be FORTY-TWO (42) calendar days with a start date on or about 06 SEPTEMBER 2010. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC IBIS (WPB-87338). This work will include, but is not limited to: (1-O) Preserve exterior main deck (option) (2-D) Preserve Lazarette bilge surfaces (3-D) Inspect pilot house deck (4-O) Preserve Freeboard (5-D) Remove, Inspect, Reinstall Shafts (6-D) Remove, Inspect, Reinstall Propellers (7-D) Remove, Inspect, Reinstall Rudders (8-D) Remove, Inspect, Reinstall Stern Door (9-D) Perform U/T shots, 250 Base (10-O) Perform U/T shots, lots of 25 up to 250 (Option) (11-D) Clean and Inspect Dirty Oil Tank (12-D) Clean and Inspect Oily Water Tank (13-D) Clean and Inspect Fuel Service Tanks (14-D) Clean and Inspect Grey Water Tank (15-D) Clean and Inspect Sewage Tank (16-D) Clean and Inspect Grey Water Piping (17-D) Clean and Inspect Sewage Piping (18-D) Remove, Inspect, reinstall RHIB Notch Skid Pads (19-O) Realign Eng/red Gear (option) (20-O) Repair Shaft (21-O) Straighten Shaft (22-O) Renew Intermediate Water Lubricated Shaft Bearing (23-O) Renew AFT Water Lubricated Shaft Bearing (24-O) Renew Intermediate Bearing Carrier (25-O) Renew AFT Bearing Carrier (26-O) Perform Minor Repair and Recondition Propeller (27-D) Inspect Sea Chest Riser piping, Strainers, and renew Valves (28-D) Renew Depth Indicating Transducer (29-D) Preserve Underwater Body -"Partial" (30-O) Preserve Underwater Body-"100%" (31-O) Preserve Stern Tubes (32-D) Modify and Renew Cathodic Protection System (33-D) Routine DryDocking (34-D) Provide Temporary Logistics (35-D) Install Dirty oil Tank Level Indicator (36-D) Forepeak Void Installation (37-D) Stern light Foundation Repositioning (38-D) Install AFFF Bilge sprinkler System (39-O) Renew Transducer Fairing (40-O) Preserve Lazarette Bulkheads (A-O) Composite Labor Rate (B-D) GFP Report (NSP) (Z-O) 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, this acquisition is expected to be issued Full and Open with no set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or 19.1404 if you firm is SDVOSB or 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Lori.L.Ellis@uscg.mil or by fax (757) 628-4676. Questions may be referred to Lori Ellis at (757) 628-4646. 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, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, 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 23 February 2010 at 1100 AM EST. 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 a small business set-aside. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DD_CGC_IBIS/listing.html)
- Record
- SN02064154-W 20100213/100211235709-7845bdb90a52bfdb6cd3742309304eae (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 |