SOURCES SOUGHT
J -- USCGC WILLOW (WLB-202) FY12 DOCKSIDE REPAIRS
- Notice Date
- 1/11/2012
- 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
- HSCG85-12-R-P45626
- Archive Date
- 1/11/2013
- Point of Contact
- Lisa Dieli, Phone: 757-628-4647
- E-Mail Address
-
lisa.dieli@uscg.mil
(lisa.dieli@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 or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The NAICS code is 336611 and the small business size standard is less than 1,000 employees. The acquisition is for DOCKSIDE REPAIRS to the USCGC WILLOW (WLB-202), a 225 FOOT "A" CLASS SEAGOING BUOY TENDER. The homeport of the vessel is Pier 2 NETC, Naval Station Newport, Newport, RI 02841. The performance period is 57 calendar days and is expected to begin on or about 05 JUN 2012 and end on or about 01 AUG 2012. The scope of the acquisition is for various repairs that may include the following: Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean; Potable Water Pneumatic Tanks, Clean and Inspect; Anchor Windlass, Level 2 Inspect and Repair; Boat Boom, Level 2 Inspect and Repair; Single Point Davit - RHIB, Level 2 Inspect and Repair; Buoy Crane, Preserve; Buoy Chain (In-Haul ) Winch, Modify; Crossdeck Winches, Overhaul; Hydraulic Inhaul Winch, Overhaul; Mechanical Chain Stoppers, Overhaul; Buoy and Cargo Handling Crane Wire Rope, Renew; Tanks (MP Fuel Service), Clean; Tanks (MP Fuel Stowage and Overflow), Clean; Tanks (Hydraulic Oil), Clean and Inspect; Deck Covering (Interior Wet/Dry), Renew; Decks - Exterior (Air Castles), Preserve (" Non-Skid Broadcast Grit" System); Superstructure (Air Castles), Preserve "100%" ; QAWT Doors, Upgrade; Hawse Pipe, Renew; Weather-tight and QAWT Doors Renew; Miscellaneous Tanks and Compartment Vent Piping, Renew; Renew Auxiliary Seawater Pumps Discharge Piping Header and Provide 100 UT Shots on ASW and Vacuum Sewage Piping; Composite Labor Rate; GFP Report; and Travel and Per Diem. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Mrs. Lisa.Dieli@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Mrs. Lisa Dieli at (757) 628-4647. Your response must include: (a) a positive statement of your intention 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, and points of contact with telephone numbers; (c) past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by January 20, 2012 on/before 10:30 A.M, EST. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. 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 small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-12-R-P45626/listing.html)
- Place of Performance
- Address: PIER 2 NETC, NAVAL STATION NEWPORT, NEWPORT, Rhode Island, 02841, United States
- Zip Code: 02841
- Zip Code: 02841
- Record
- SN02653284-W 20120113/120111235636-e3a8e52bf631880db8b527434bd78d81 (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 |