Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12, 2001 PSA #2870
SOLICITATIONS

J -- HUBZONE SOURCES SOUGHT -- DRYDOCK REPAIRS TO 55 FOOT AIDS TO NAVIGATION BOATS, GROUP NEW ORLEANS, LOUISIANA

Notice Date
June 8, 2001
Contracting Office
Commander (VPL), U.S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102
ZIP Code
23510-9102
Solicitation Number
DD55FTNOLA
Response Due
June 20, 2001
Point of Contact
Contact Ms. Wendy Culbreth, Contract Specialist, (757) 628-4657 or Mr. Michael E. Monahan, Contracting Officer, (757) 628-4639
E-Mail Address
Contract Specialist (wculbreth@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 $100,000.00 and $500,000.00. The small business size standard is less than 500 employees and the NAICS Code is 336612. The acquisition is for DRYDOCK repairs to 55 Foot Aids to Navigation Boats assigned to Group New Orleans, Louisiana. The contract will consist of one (1) base year and three (3) option years to be exercised at the Government's discretion. All work will be performed at contractor's facility. The place of performance is not geographically restricted; however, the Coast Guard will transport the vessel to and from any shipping point within a safe operating radius of 100 nautical miles from the Coast Guard facility at Group New Orleans, Louisiana. Safe operating conditions are defined as (1) less than 5-foot seas, (2) more than 5 feet water depth, and (3) no more than 30 nautical miles off shore. The contractor shall transport the vessel from a designated point within the safe operating range to the repair facility if the repair facility is located outside the range of safe operating radius. After completion of the vessel's availability, the Contractor shall return the vessel from the repair facility to a designated point within the safe operating range of the vessel. Transportation of the vessel by the Contractor shall be by land, or by towing in a protective water way only at the contractor's expense which shall be included in the bid amount. The performance period for each vessel will be between 35 and 42 calendar days with one/two vessels being drydocked per year. Contract will start around November 2001. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the 55 Foot Aids to Navigation Boats. This work will include, but is not limited to: welding repairs; remove, renew, reinstall rubrail; renew rubrail fasteners; air test skeg; clean and inspect diesel fuel oil tanks; remove and reinstall propeller; remove inspect and reinstall propeller shaft; perform minor repair and reconditioning of propeller; renew propeller shaft coupling; straighten shaft; engine realignment; renew strut; renew propulsion shaft strut bearings; renew stern tube; renew propulsion shaft stern tube bearings; overhaul, renew; and test valves; overhaul crane and deck winch hydraulic system; remove, inspect and reinstall rudder assembly; nofoul coating system for rudder; inspect, overhaul, and test cargo handling gear; renew crane pedestal bearings; renew wood fenders; renew wooden deck planking and inspect deck plank retainers; preserve main deck, swim platform and port and starboard engine room hatches; preserve underwater body, (Nofoul); preserve cabin exterior; preserve freeboard; renew corrosion preventative anodes; ultrasonic testing routine drydocking; and emergency drydocking. 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 set aside for small business only. 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 wculbreth@mlca.uscg.mil or by fax (757) 628-4676/75. Questions may be referred to Wendy Culbreth at (757) 628-4657. 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 and (c) past performance references with points of contact and phone numbers. At least two references are requested, but more are desirable. (d) if your company does not own the drydock, a letter of commitment from the company providing the drydock during the time period of this contract. Your response is required by 20 June 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. Numbered Note 26 applies.
Web Link
Hubzone Sources Sought (http://osdbudweb.dot.gov)
Record
Loren Data Corp. 20010612/JSOL012.HTM (W-159 SN50O3G7)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on June 9, 2001 by Loren Data Corp. -- info@ld.com