MODIFICATION
J -- Dry-dock repairs aboard USCGC Northland (WMEC-904) and TAMPA (WMEC-902), 270 foot, “A” class cutters.
- Notice Date
- 2/1/2012
- Notice Type
- Modification/Amendment
- 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
- HSCG80-12-Q-P45E55
- Archive Date
- 6/25/2012
- Point of Contact
- Karen M. Marshall, Phone: 757-628-4934, Wanda C. Salmon, Phone: 757-628-4639
- E-Mail Address
-
karen.m.marshall@uscg.mil, wanda.c.salmon@uscg.mil
(karen.m.marshall@uscg.mil, wanda.c.salmon@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought DRY-DOCK REPAIRS ABOARD USCGC Northland (WMEC-904) AND TAMPA (WMEC-902) 270 FOOT "A" Class" Cutters The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, or Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. The estimated value of this procurement is between $500,000.00 and $1,000,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dry-dock repairs aboard USCGC Northland (WMEC-904) and TAMPA (WMEC-902), 270 foot, "A" class cutters. The performance period for USCGC Northland is thirty-five (35) days from March 28, 2012 through May 1, 2012. The performance period for USCGC TAMPA is twenty-seven (27) days from May 2, 2012 through May 28, 2012. Both cutters home pier city is located in Portsmouth, Virginia. This work will include, but is not limited to: USCGC NORTHLAND WORK ITEM 1: Inspect Propulsion Shafting CPP Oil Tubes WORK ITEM 2: Controllable Pitch Propeller (CPP) System, Service WORK ITEM 3: U/W Body, Preserve, Partial - Condition B WORK ITEM 4: Hull Plating, Freeboard, Preserve WORK ITEM 5: Dry-docking WORK ITEM 6: Temporary Services, Provide WORK ITEM 7: Sea Trial Performance, Provide Support WORK ITEM 8: Propulsion Shafting, Remove, Inspect and Reinstall (01 shaft) WORK ITEM 9: Propulsion Intermediate Shaft, Remove, Inspect and Reinstall (01 shaft) WORK ITEM 10: Propulsion Shafting (Thrust Shaft), Remove, Inspect and Reinstall (01 shaft) WORK ITEM 12: Propeller Shaft Sleeve(s), Renew (01 shaft) WORK ITEM 13: Propulsion Shaft Bearings (External), Check Clearances (01 shaft) WORK ITEM 14: Propulsion Shaft Bearing Housings (External), Inspect (01 shaft) WORK ITEM 15: Controllable Pitch Propeller Hub Assy, General Maintenance (01 shaft) WORK ITEM 16: U/W Body, Preserve 100% WORK ITEM 17: Stern Tube Interior Surfaces, Preserve 100% (01 shaft) WORK ITEM 18: Hull Plating, Freeboard, Preserve 100% USCGC TAMPA WORK ITEM 1: U/W Body, Preserve "100%" WORK ITEM 2: Temporary Services, Provide WORK ITEM 3: Hull Plating Freeboard, Preserve "100%" WORK ITEM 4: Dry-docking IMPORTANT NOTE: Geographical restricted to the Hampton Roads area of Virginia. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The Coast Guard intends to award a fixed price contract resulting from this solicitation. The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Past Performance and 2) Price. Factors 1 and 2 will be applied to determine the best value to the Government. Past Performance shall be considered significantly more important than price (factor 2). In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Karen Marshall at karen.m.marshall@uscg.mil or Fax at 757-628-4934. Questions may also be referred to Karen Marshall at this email address and by phone at (757) 628-4934. In response, please include the following: (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. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, 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. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Your response is required by 4:30 p.m. EST February 6, 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. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB set aside will be posted on the FBO website at https://www.fbo.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45E55/listing.html)
- Place of Performance
- Address: Home Pier City: Both cutters are located in Portsmouth, Virginia., Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN02665729-W 20120203/120201234928-8a2924dc6c91f561fcbb3cdc0a1631f4 (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 |