Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2010 FBO #3316
SOURCES SOUGHT

J -- Sources Sought for Drydock and Repairs to USCGC COHO and USCGC COBIA

Notice Date
12/21/2010
 
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
05182011-DD
 
Archive Date
1/22/2011
 
Point of Contact
Amanda J. Myers, Phone: 7576284660, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
amanda.j.myers@uscg.mil, susan.a.kreider@uscg.mil
(amanda.j.myers@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 concerns. 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 COHO (WPB-87321) and the USCGC COBIA (WPB-87311). There will be a geographic restriction of 492 Nautical Miles one-way (984 NM roundtrip) from the USCGC COHO's homeport of 1700 Thomas Drive, Panama City, FL 32407 AND 492 Nautical Miles one way (984 NM roundtrip) from the USCGC COBIA's homeport of 1 South Broad Street, Mobile, AL, 36615. All work will be performed at the contractor's facility. The performance period for the will be FORTY-FOUR (44) calendar days EACH with a start date on or about 18 May 2011 thru 01 Jul 2011 for USCGC COHO and a start date on or about 10 Aug 2011 thru 23 Sept 2011 for USCGC COBIA. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC COHO and/or USCGC COBIA. This work will include, but is not limited to: 1. Perform Ultrasonic Thickness Measurements 2. Dirty Oil Tank, Clean and Inspect 3. Oily Water Tank, Clean and Inspect 4. Tanks (MP Fuel Service), Clean and Inspect 5. Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting 6. Depth Sounder, Capastic Fairing, Renew 7. Main Engine/Reduction Gear, Realign 8. Propulsion Shafts, Remove, Inspect, and Reinstall 9. Propulsion Shaft, Repair 10. Propulsion Shaft, Straighten 11. Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew 12. Aft Water-Lubricated Propulsion Shaft Bearing, Renew 13. Intermediate Bearing Carrier, Renew 14. Aft Bearing Carrier, Renew 15. Stern Tube, Interior Surfaces, Preserve 100% 16. Stern Tube, Interior Surfaces, Repair 17. Propellers, Remove, Inspect, and Reinstall 18. Propeller, Minor Reconditioning and Repairs, Perform 19. Fathometer Transducer, Renew 20. Speed Log, Skin Valve Assembly, Clean and Inspect 21. Sea Water System, Clean, Inspect, and Repair 22. Rudder Assemblies, Remove, Inspect, and Reinstall 23. RHIB Notch Skid Pads, Inspect 24. RHIB Notch Skid Pad Studs, Renew 25. Stern Launch Door, Remove, Inspect, and Reinstall 26. Grey Water Holding Tank, Clean and Inspect 27. Sewage Piping, Clean and Flush 28. Sewage Holding Tank, Clean and Inspect 29. Grey Water Piping, Clean and Flush 30. U/W Body Preservation 31. Cathodic Protection System, Renew 32. Routine Drydocking 33. Temporary Services 34. Modify Forepeak 35. Reseal Interior Deck Covering System 36. Modify Berthing Racks 37. Superstructure, Lights Fixtures and Fdns, Inspect and Repair 38. Decks, Exterior, Preserve 39. Hull Plating Freeboard, Preserve 40. Ventilation System, Engine Room Supply and Exhaust Fan Assemblies, Clean and Inspect 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 Amanda.J.Myers@uscg.mil or by fax (757) 628-4628. Questions may be referred to Amanda Myers at (757) 628-4660. 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. Your response is required by January 7, 2011. 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/05182011-DD/listing.html)
 
Record
SN02348261-W 20101223/101221234211-7d2385f25109b82f56df83b5b62f6fd3 (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.