SOURCES SOUGHT
J -- DRYDOCK REPAIRS FOR THE USCGC ALDER
- Notice Date
- 1/9/2012
- 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
- DDALDER
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@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, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for small businesses. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is to DRYDOCK the USCGC ALDER. USCGC ALDER homeport is the Duluth, Minnesota, GEOGRAPHICAL RESTRICTIONS: THE GREAT LAKES AREA. Anticipated start date on or about 6 JUNE 2012 through 15 AUGUST 2012. The scope of the acquisition is to: WORK ITEM 1: Hull Plating, U/W Body, Inspect,2: Hull Plating (U/W Body), Ultrasonic Testing, 3: Appendages (U/W), Leak Test,4: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair,5: Appendages (U/W) - Internal, Preserve, 6: Voids (Non-Accessible), Leak Test, 7: Voids (Non-Accessible), Preserve Internal Surfaces,8: Propulsion Shafting Remove, Inspect, and Reinstall, 9: Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renewall,10: Propulsion Shaft Seals ( Mechanical ), Inspect and Clean, 11: Propulsion Shaft Bearings (External), Check Clearances,12: Propulsion Tail Shaft Sleeve, Skim Cut,13: Propulsion Shaft Bearing, Stave Renewal,14: Controllable Pitch Propeller, System Maintenance,15: Controllable Pitch Propeller, Hub General Maintenance, 16: Controllable Pitch Propellers, Clean and Inspect,17: Controllable Pitch Propeller Hub, Remove and Reinstall, 18: Fathometer Transducer, General Maintenance,19: Sea Strainers - Duplex (All Sizes), Overhaul, 20: Rudder(s), Preserve ( "100%" ), 21: Rudder Stock Bearings, Check Clearances, 22: Rudder, Inspect and Repair, 23: Hydraulic Inhaul Winch, Overhaul, 24: Sewage Piping, Clean and Flush, 25: U/W Body, Preserve, 26: Cathodic Protection / Zincs, Renew, 27: Drydocking, 28: Decks - Exterior( Buoy ), Preserve, 29: Hull Plating ( Buoy Port Areas ), Preserve, 30: Buoy Deck Equipment Emergency Brake Release Hand Pump, Modify, 31: Sea Trial Performance, Provide Support, 32: Sewage Holding Tanks, Clean and Inspect, 33 Sewage Vacuum Collection Tanks, Clean and Inspect, 34: Temporary Services, Provide; 35: Sea Valves and Waster Pieces, Overhaul o r Renew; 36: Scuttles, Upgrade, 37: Mast Multi-Cable Transit Block, Install; 38: Deck Covering (Interior Wet/Dry), Renew. 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 a small business concern and intends to submit an offer on this acquisition, please respond by e-mail to sandra.a.martinez@uscg.mil or by fax (757) 628-4676. Questions may be referred to Sandra Martinez at (757) 628-4591. 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. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by close of business on January 19, 2012. 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, small business set aside. Failure to submit all information requested may result in no set-aside. A decision on whether this will be pursued as a HUBZone, SDVOSB small business or a Small Business set aside will be posted on the FedBizOps website at http://www.fbo.gov.small business set aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDALDER/listing.html)
- Record
- SN02651319-W 20120111/120109234556-ce0aa70b6c7737e88243029e86cb7e57 (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 |