SOURCES SOUGHT
20 -- USCGC KITTIWAKE Drydock
- Notice Date
- 3/30/2011
- 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
- KITTIWAKESS
- Archive Date
- 4/28/2011
- Point of Contact
- Susan A. Kreider, Phone: 7576284644, Amanda J. Myers, Phone: 7576284660
- E-Mail Address
-
susan.a.kreider@uscg.mil, amanda.j.myers@uscg.mil
(susan.a.kreider@uscg.mil, amanda.j.myers@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 KITTIWAKE (WPB-87316), an 87 Foot Coastal Patrol Boat. The vessel is homeported in Honolulu, HI. All work will be performed at the contractor's facility. This vessel is geographically restricted within the state of Hawaii, HI. The performance period will be Forty Five (45) calendar days with a start date of 09 November through 23 December 2011. The scope of the acquisition is for the Drydocking and repairs of the USCGC KITTIWAKE (WPB-87316), an 87 Foot Coastal Patrol Boat. This work will include, but is not limited to: Perform Ultrasonic Thickness Measurements Perform Ultrasonic Thickness Measurements Forepeak, Modify (EC 087-A-033) Bilge Surfaces (Lazarette), Preserve, Partial Bilge Surfaces (Forward Hold), Preserve, Partial Bilge Surfaces (Galley and Mess Deck), Preserve, 100% Dirty Oil Tank, Clean and Inspect Oily Water Tank, Clean and Inspect Tanks (MP Fuel Service), Clean and Inspect Tanks (Potable Water), Clean and Inspect Decks-Exterior (Main Deck), Preserve Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting Depth Sounder, Capastic Fairing, Renew Mast, Preserve 100% Renew Mast Cable Standoffs Main Engine/Reduction Gear, Realign Propulsion Shafts, Remove, Inspect, and Reinstall Propulsion Shaft, Repair Propulsion Shaft, Straighten Intermediate Water-Lubricated Shaft Bearing, Renew Aft Water-Lubricated Shaft Bearing, Renew Intermediate Bearing Carrier, Renew Aft Bearing Carrier, Renew Stern Tubes, Interior Surfaces, Preserve 100% Stern Tubes, Interior Surfaces, Repair Propellers, Remove, Inspect, and Reinstall Propeller, Minor Repair and Recondition, Perform Main Diesel Engine Exhaust Piping, Hangers and Concentric Rings, Renew Fathometer Transducer, Renew Speed Log, Transducer and Skin Valve, Clean and Inspect Install Dirty Oil Tank Level Indicator (EC 087-B-039) Vent Fans and Motors, Overhaul (Machinery Spaces) Sea Water System (Valves, Strainers, Piping), Clean, Inspect, and Repair Rudder Assemblies, Remove, Inspect, and Reinstall Mooring Bits, Renew (EC 087-B-037) RHIB Notch Skid Pads, Inspect RHIB Notch Skid Pad Studs, Renew Stern Launch Door, Remove, Inspect, and Reinstall Grey Water Holding Tank, Clean and Inspect Sewage Holding Tank, Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush U/W Body, Preserve ("Partial-33%") U/W Body, Preserve ("100%") Cathodic Protection / Zincs, Renew Drydocking Temporary Services, Provide Telephone Service, Provide 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 April 13, 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/KITTIWAKESS/listing.html)
- Record
- SN02413567-W 20110401/110330235128-a3a6393651260bd4844a94fc5c054d5c (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 |