SOURCES SOUGHT
20 -- Source of Sought USCGC Kingfisher
- Notice Date
- 4/22/2010
- 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
- Kingfisher_22-April-10
- Archive Date
- 5/20/2010
- Point of Contact
- Susan A. Kreider, Phone: 7576284644
- E-Mail Address
-
susan.a.kreider@uscg.mil
(susan.a.kreider@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 KINGFISHER (WPB-87322), an 87 Foot Patrol Boat. The vessel is homeported in Atlantic Beach, FL. All work will be performed at the contractor’s facility. This vessel is geographically restricted to 576 Nautical Miles one way, or 1,152 Nautical Miles, round-trip from the cutters homeport of Miami Beach, FL. The performance period will be FORTY TWO (42) calendar days with a start date of 23 August through 04 October 2010. The scope of the acquisition is for the Drydocking and repairs of the USCGC KINGFISHER (WPB-87322), an 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 and Strainers 26. Remove, Inspect, and Reinstall Rudder Assemblies 27. Remove, Inspect and Reinstall Stern Launch Door, and 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 Hatch Coamings 36. Preserve Bilge Surfaces in the Lazarette 37. Modify and Preserve the Forepeak (EC 087-A-033) 38. Install Dirty Oil Tank Level Indicator (EC 087-B-039) 39. Preserve Main Deck Surfaces 40. Preserve Freeboard – 100% 41. Renew HVAC System Sea Water Cooling Pipe Tree 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 you 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 Susan.A.Kreider@uscg.mil or by fax (757) 628-4676. Questions may be referred to Susan Kreider at (757) 628-4644. 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. Your response is required by May 5, 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/Kingfisher_22-April-10/listing.html)
- Record
- SN02130387-W 20100424/100422235720-2e68e811e3dee62c8c8adb227f72a438 (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 |