Federal Bid

Last Updated on 12 Sep 2007 at 4 AM
Solicitation
Location Unknown

J -- Drydock Repairs to USCGC KATHERINE WALKER

Solicitation ID Reference-Number-2407807000
Posted Date 02 Mar 2007 at 5 AM
Archive Date 12 Sep 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location United states
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns. The estimated value of this procurement is between $250,000.00 and $500,000.00. The small business size standard is less than 1,000 employees. The acquisition is to DRYDOCK and repair the USCGC KATHERINE WALKER (WLM-552), a175 Foot Class Coastal buoy Tender. The homeport of the vessel is Newport, RI The performance period is Seventy (70) calendar days and is expected to begin on or about 06 August 2007. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC KATHERINE WALKER (WLM-552) home ported in Bayonne, NJ. This work will include, but is not limited to: Inspect Z drive propulsion units, Overhaul/Renew valves, Inspect Bow Thruster tunnel and lower unit, Perform buoy crane maintenance, Perform buoy chain winch maintenance and EC 175-A-050 modifications, Perform mechanical chain stopper maintenance, Perform anchor windlass maintenance, Renew slewing arm davit accumulator, Modify shower stalls and deck covering, Reseal cosmetic polymeric deck covering system, Renew deck covering systems, Clean and inspect chain locker ,Preserve underwater body, Routine dry-docking, Preserve cargo hatch, Preserve cargo hold deck, portable deck plates and centerline bilge area, Preserve weather decks, preserve freeboard, preserve transducer hull rings, renew cathodic protection system, Provide temporary logistics, Renew radar pedestal. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. At the present time, it is expected that the acquisition will be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to [email protected] or by fax at (757) 628-4676. Questions may be referred to F. Barat Baechle at (757) 628-4652. In your response you must include: (a) a positive statement of your intention 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 telephone 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. Your response is required by March 09, 2007. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-3, Notice of Total HUBZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are also reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business set aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set-aside or Service-Disabled Veteran-Owned Small Business set-aside. Failure to submit all information requested may result in Small Business set-aside acquisition. A decision on whether this will be pursued as a HUBZone Small Business set-aside, a Service-Disabled Veteran-Owned Small Business set-aside or a Small Business set-aside, will be posted in FedBizOpps website at http://www.eps.gov.
Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Apr 2007 at 4 AM
Location Unknown 03 Jun 2019 at 7 PM
Location Unknown 03 Apr 2018 at 10 PM
Norfolk Virginia 15 May 2023 at 5 PM
Location Unknown 10 Feb 2018 at 12 AM

Similar Opportunities