Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6, 2001 PSA #2801
SOLICITATIONS

J -- SOURCES SOUGHT DRYDOCK REPAIRS USCGC PEA ISLAND (WPB-1347)

Notice Date
March 2, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command -- Atlantic, 300 East Main Street, Suite 600, Norfolk, VA, 23510-9102
ZIP Code
23510-9102
Solicitation Number
wpb1347dd
Response Due
March 19, 2001
Point of Contact
Barbara Hancock, Contract Specialist, Phone (757)628-4648, Fax (757)628-4676, Email bhancock@mlca.uscg.mil -- Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676, Email
E-Mail Address
Barbara Hancock (bhancock@mlca.uscg.mil)
Description
The U. S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $100,000 and $250,000. The small business size standard is less than 1,000 employees. NAICS is 336611 and the SIC is 3731. The acquisition is for DRYDOCK repairs to the USCGC PEA ISLAND (WPB 1347), a 110 foot patrol boat. Vessel's homeport is Mayport, FL. All work will be performed at the contractor's facility. The performance period will be 42 days with a start date of 8 October 2001. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC PEA ISLAND (WPB 1347). This work will include, but is not limited to: welding repairs, inspect and renew skeg top plating in Engine Room, clean and inspect fuel and waste oil tank(s), clean and inspect sewage and grey water collection and holding tank(s), remove, inspect, and reinstall propeller shafts, inspect bronze sleeves in various shaft packing areas, renew water lubricated propeller shaft bearings, remove and reinstall propellers, repair propeller root erosion, inspect MDE exhaust system, preserve the transducer hull ring(s) and renew the V850 transducer(s), overhaul, renew and test valves, inspect and overhaul duplex sea strainer(s), remove, inspect, and reinstall rudders, overhaul stabilizing fins, renew lower fin stock bearing, preserve bilge areas below fin stabilizers, preserve and disinfect potable water tank(s), preserve sewage and grey water collection and holding tank(s), preserve underwater body, inspect and maintain cathodic protection system, renew reference electrode, renew cathodic anode, renew capastic fairing, ultrasonic testing, provide routine drydocking, fuel oil fill valves and flanges, skeg top inspection, skeg repair, preserve forepeak compartment, preserve freeboard, preserve weatherdecks, renew mast halyard D-rings. Provide temporary logistics to cutter for systems that are affected during overhauls such as protective deck covering material, storage, lights, power, telephone, toilets and showers. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, this acquisition will be issued under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified and intends to submit an offer on this acquisition, please respond by e-mail to bhancock@mlca.uscg.mil or by fax (757) 628-4675/76. Questions may be referred to Ms. Barbara Hancock at (757) 628-4648. 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 and (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock committing to provide the drydock during the time period of this availability. . At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside 52.219-3, requiring at less 50 percent of the coast of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concern, applies. Your response is required by March 19, 2001. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone 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 small business set aside or on an unrestricted basis will be posted in the CBD.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=wpb1347dd&L=497)
Record
Loren Data Corp. 20010306/JSOL010.HTM (D-061 SN50F161)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on March 2, 2001 by Loren Data Corp. -- info@ld.com