SOURCES SOUGHT
20 -- USCGC PAMLICO (WLIC 800) EMERGENCY DRYDOCK REPAIRS
- Notice Date
- 4/27/2011
- 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
- PAMLICOEDD
- Archive Date
- 5/13/2011
- Point of Contact
- Mia R Mayers, Phone: 757-628-4654
- E-Mail Address
-
Mia.R.Mayers@uscg.mil
(Mia.R.Mayers@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, Service-Disabled Veteran-Owned Small Business concerns, or for Small Businesses. The acquisition is for the Emergency Drydock Repairs of the CGC PAMLICO (WLIC 800), a 160 Foot "A CLASS" INLAND CONSTRUCTION TENDER. The small business size standard is 1,000 employees. The NAICS Code is 336611. Work shall be performed at the contractor's facility. The performance period will be Thirty (30) calendar days with a start date on or about 10 May 2011. Geographical Restriction for Emergency Drydock Repair: The vessel is restricted to an area no greater than 200 nautical miles from the cutter's homeport and no open water transits. Homeport: 1790 Saturn Blvd., New Orleans, LA 70129. The scope of the acquisition is for the Emergency Drydocking and Repair of the USCGC PAMLICO (WLIC 800). This work will include, but is not limited to: 1. Propulsion Shafting, Strain Gage Alignment Inspections 2. Drydocking 3. Temporary Services, Provide 4. Buoy and Cargo Handling Crane, Shrink Wrap 5. Miscellaneous Piping Systems, Repair and/or Renew 6. Aft Trim tank Repair 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 Mia.R.Mayers@uscg.mil or by fax (757) 628-4674. Questions may be referred to Mia Mayers at (757) 628-4654. In response please include the following: (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers; (c) Past Performance references with points of contacts and phone numbers/email, at least three (3) references are requested, but more are desirable. Your response is required by April 28, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside; Service-Disabled Veteran-Owned Set-Aside; or Small Business set-aside. Failure to submit 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 FedBizOps website at http://www.fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/PAMLICOEDD/listing.html)
- Record
- SN02434349-W 20110429/110427234405-f9bc4e47680373840e5b167931553eda (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 |