SOURCES SOUGHT
20 -- DRYDOCK FOR CGCs SKIPJACK_PELICAN_MANTA
- Notice Date
- 6/25/2012
- 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
- D8-2_Gulf_Multi-Cutter_Drydock
- Point of Contact
- Nancy M Brinkman, Phone: 757-628-4579, Louis J Romano, Phone: (757)628-4651
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
(Nancy.M.Brinkman@uscg.mil, louis.j.romano@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, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGCs SKIPJACK (WPB-87353), homeported in Galveston, TX; CGC PELICAN (WPB-87327), homeported in Abbeville, LA; and CGC MANTA (WPB-87320), homeported in Freeport, TX. All are 87-FOOT PATROL BOATs. There is a Geographical restriction of 500 Nautical Miles one-way or 1000 round-trip from each the cutter's homeport as listed above. All work will be performed at the contractor's facility. The performance period is schedule for Forty-Five (45) calendar days and is expected to begin on or about January 30, 2013. The scope of the acquisition for each vessel can include, but is not limited to: 1. Perform Ultrasonic Thickness Measurements 2. Perform Ultrasonic Thickness Measurements 3. Bilge Surfaces (Engine Room), Preserve (Partial) 4. Bilge Surfaces (Mess Deck), Preserve (Partial) 5. Dirty Oil Tank, Clean and Inspect 6. Oily Water Tank, Clean and Inspect 7. Tanks (MP Fuel Service), Clean and Inspect 8. Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting 9. Depth Sounder, Capastic Fairing, Renew 10. Main Engine/Reduction Gear, Realign 11. Propulsion Shafts, Remove, Inspect, and Reinstall 12. Propulsion Shaft, Repair 13. Propulsion Shaft, Straighten 14. Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew 15. Aft Water-Lubricated Propulsion Shaft Bearing, Renew 16. Intermediate Bearing Carrier, Renew 17. Aft Bearing Carrier, Renew 18. Stern Tube, Interior Surfaces, Preserve 100% 19. Stern Tube, Interior Surfaces, Repair 20. Propellers, Remove, Inspect, and Reinstall 21. Propeller, Minor Reconditioning and Repairs, Perform 22. Fathometer Transducer, Renew 23. Speed Log, Skin Valve Assembly, Clean and Inspect 24. Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair 25. Rudder Assemblies, Remove, Inspect and Reinstall 26. RHIB Notch Skid Pads, Inspect 27. RHIB Notch Skid Pad Studs, Renew 28. Stern Launch Door, Remove, Inspect and Reinstall 29. Grew Water Holding Tank, Clean and Inspect 30. Sewage Holding Tank, Clean and Inspect 31. Grey Water Piping, Clean and Flush 32. Sewage Piping, Clean and Flush 33. U/W Body, Preserve 100% 34. Cathodic Protection/Zincs, Renew 35. Drydocking 36. 36. Temporary Services, Provide 37. Telephone Service, Provide 38. Ventilation System, Engine Room Supply and Exhaust Fan Assemblies, Clean and Inspect, Preserve 39. Main Diesel Engine, Renew 40. Ship Service Diesel Generator, Renew 41. Mast, Preserve 100% In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if your firm is Service-Disabled Veteran-owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, your firm is REQUIRED to submit a Disabled Veteran's Certification and SBA certification to support the socio-economic status. With your 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. 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 a Total Small Business Set aside 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 the FedBizOps website at http://www.fedbizopps.gov. Your response is required by July 9, 2012 at 10:00 a.m. E.S.T. Please submit a respond by e-mail to Nancy.M.Brinkman@uscg.mil or by fax (757) 628-4676. Questions may be referred to Nancy Brinkman at (757) 628-4579. A CD-ROM containing all applicable drawings will be sent via FedEx, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/D8-2_Gulf_Multi-Cutter_Drydock/listing.html)
- Place of Performance
- Address: CONTRACTOR'S FACILITY WITHIN THE GEO-RESTRICTION FOR EACH VESSEL, United States
- Record
- SN02785385-W 20120627/120625235328-d5df880040d3eeb3538f662bfaa42491 (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 |