Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
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 |
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.