SOURCES SOUGHT
J -- USCGC KIMBALL (WMSL 756) Post Shakedown Availability #1 (PSA-1) Dockside (DS) FY19
- Notice Date
- 9/18/2018
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- 70Z08519IP45039
- Point of Contact
- Wilma L. Estrada, Phone: 510.637.5981, Jennifer Stock, Phone: 5106375960
- E-Mail Address
-
Wilma.L.Estrada@uscg.mil, jennifer.m.stock@uscg.mil
(Wilma.L.Estrada@uscg.mil, jennifer.m.stock@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard, Surface Forces Logistics Center (CPD-C&P2) is seeking qualified sources to perform PSA-1 DS repairs of the USCGC KIMBALL (WMSL 756), a 418 foot National Security Cutter home ported at Honolulu, Hawaii. The planned period of performance will be on or about January 29, 2019 to March 29, 2019. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. PLACE OF PERFORMANCE: The Cutter's home port at Honolulu Hawaii. GEOGRAPHICAL RESTRICTION - None Work includes, but is not limited to the following: - Galley Grease Fire Extinguishing System, Inspect and Test - Gas Turbine Module Fixed CO2 Fire Extinguishing System, Inspect and Test - Heptafluoropropane (HFP) Fire Extinguishing System, Inspect and Test - Water Mist Fire Extinguishing System, Inspect and Test - Tanks (Water Mist), Preserve "100%"-Optional - Tanks (Water Mist), Preserve "Partial"-Optional - Wardroom Equipments and Carpet, Replace Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Responses are due no later than 1:00 p.m. Pacific time, October 2, 2018. Send responses electronically to Wilma Estrada at Wilma.L.Estrada@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08519IP45039/listing.html)
- Place of Performance
- Address: Cutter's home port at 700 Sand Island Access Road, Honolulu, Hawaii, 96819, United States
- Zip Code: 96819
- Zip Code: 96819
- Record
- SN05093649-W 20180920/180918230821-8762014212f4235cb26259721845a4e1 (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 |