Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
SOURCES SOUGHT

J -- CGC ANVIL FY11 DRYDOCK REPAIRS

Notice Date
11/2/2010
 
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
CGC_ANVIL_FY11_DRYDOCK_REPAIRS
 
Archive Date
11/30/2011
 
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 ANVIL (WLIC-75301) 75 FOOT A CLASS INLAND CONSTRUCTION TENDER and ANVIL BARGE 68A (68013) The homeport of the vessel is 196 Tradd Street, Charleston, SC 29401. The vessel is geographically restricted to an area no greater than 400 nautical miles from the cutter's homeport and no open water transit. The performance period is 49 calendar days and is expected to begin on or about 20 APR 2011 and end on or about 07 JUN 2011. The scope of the acquisition is for various repairs that may include the following: Hull Plating, Ultrasonic Testing - Tender Hull Plating, Ultrasonic Testing - Barge Appendages (U/W), Leak Test - Barge Appendages (U/W) - Internal, Preserve - Barge Voids (Non-Accessible), Leak Test - Tender Voids (Non-Accessible), Preserve Internal Surfaces - Tender Propulsion Shafting; Remove, Inspect, and Reinstall Propulsion Shafting, Straighten Stern Tube Seal Assemblies, Overhaul Propulsion Shaft Bearings (External), Renew Propellers Remove, Inspect, and Reinstall Propeller, Perform Minor Repairs and Reconditioning Keel Coolers, Clean, Inspect and Hydro Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean Ship Service Diesel Generator (SSDG) Exhaust Piping, Clean Vent Ducts (Engine and Motor Room All), Commercial Cleaning Compressed Air Receivers - Barge, Clean, Inspect, and Test Rudder Assembly, Remove, Inspect and Reinstall Spuds, Overhaul - Barge Spud Wells, Preserve - Barge Decks - Exterior (Barge Construction), Preserve U/W Body, Preserve ("100 %") - Tender U/W Body, Preserve ("100 %") - Barge Hull Plating Freeboard, Preserve ("100 %") - Tender Hull Plating Freeboard, Preserve ("100 %") - Barge Cathodic Protection/Zincs, Renew - Barge Drydocking - Tender Drydocking - Barge Temporary Services, Provide Sea Trial Performance, Provide Support SSMEB, Provide Access for Inspection of Various Compartments - Tender Sea Valves and Waster Pieces, Overhaul or Renew - Tender Buoy and Cargo Handling Crane, Shrink Wrap Hull Plating (Side Scan), Ultrasonic Testing - Tender Hull Plating (Side Scan), Ultrasonic Testing - Barge Sewage Holding Tanks, Clean and Inspect - Tender Grey Water Piping, Clean and Flush - Tender Sewage Piping, Clean and Flush Sea Water Valves and Waster Pieces, Overhaul Or Renew - Barge Voids (Non-Accessible), Leak Test -Barge Voids (Non-Accessible), Preserve Internal Surfaces - Barge Overboard Discharge Insert Installation Hull Plate Renewal, Barge SSMEB, Provide Access for Inspection of to Various Compartments for SSMEB Inspection - Barge Propulsion Shaft Bearings (External), Check Clearances Propulsion Stern Tube Bearings, Check Clearances Cathodic Protection / Zincs, Renew - Tender Composite Labor Rate GFP Report 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 Mrs. 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. Your response is required by November 15, 2010 on/before 10:30 A.M, 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/CGC_ANVIL_FY11_DRYDOCK_REPAIRS/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02321074-W 20101104/101102234309-c3d0f08508436ad3c70bb6417209bfbb (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.