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 estimated value of this procurement is between $450,000.00 and $475,000.00. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to the USCGC Nantucket (WPB-1316), a 110 Foot A Class Patrol Boat. The vessel is homeported in St. Petersburg, Florida.
All work will be performed at the contractorâs facility. This vessel is geographically restricted to 470 Nautical Miles from the cutters homeport of St. Petersburg, FL. The performance period will be FORTY-TWO (42) calendar days with a start date of 19 October through 29 November 2009.
The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC NANTUCKET (WPB-1316), 110 FOOT CUTTER. This work will include, but is not limited to:
1. Routine Drydocking
2. Provide Temporary Logistics
3. Clean and Inspect Fuel Service Tanks
4. Clean and Inspect Fuel Stowage and Overflow Tanks
5. Clean and Inspect Oil and Oily Waste Tanks
6. Clean and Inspect Sewage Collection and Holding Tanks
7. Clean and Inspect Grey Water Collection and Holding Tanks
8. Clean Sewage Piping System
9. Clean Grey Water Piping System
10. Clean and Disinfect Potable Water Tanks
11. Preserve and Disinfect Potable Water Tanks - 100%
12. Preserve and Disinfect Potable Water Tanks - Partial
13. Preserve Sewage Collection and Holding Tanks - 100%
14. Preserve Grey Water Collection and Holding Tanks â 100%
15. Renew Floating Deck System in Galley and Mess Deck
16. Preserve Forward Void
17. Renew Main Diesel Engine (s)
18. Clean and Inspect Heat Exchangers
19. Inspect MDE Exhaust System
20. Overhaul Stabilizing Fins
21. Overhaul and Renew Sea Valves
22. Overhaul and Renew Firemain Valves
23. Remove, Inspect, and Reinstall Propellers
24. Remove, Inspect, and Reinstall Propeller Shafts
25. Overhaul Mechanical Shaft Seal Assemblies
26. Renew Water-Lubricated Propeller Shaft Bearings
27. Inspect and Maintain Cathodic Protection System
28. Remove, Inspect and Reinstall Rudder Assemblies
29. Overhaul Steering Gear Components
30. Renew Depth Indicating Transducer
31. Renew Speed Doppler
32. Preserve Underwater Body - "100%"
33. Renew Capastic Fairing
34. Preserve Stern Tubes
35. Preserve Bilge Surfaces In Various Locations
36. Prepare Weather Deck Surfaces
37. Renew Vaneaxial Fan and Motor Assemblies
38. Clean Engine Room Surfaces In Various Locations
39. Renew Pilothouse Window
40. Repair Damage Control Locker Deck
41. Install Gooseneck Vent
42. Perform Ultrasonic Thickness Measurements
43. Perform Air Test of Interior Compartments
44. Perform Aluminum Hull and Structural Repairs - 1/4" Plate
45. Perform Aluminum Hull and Structural Repairs - 5/16" Plate
46. Perform Hull and Structural Plating Repairs -Crack (Aluminum)
47. Perform Hull and Structural Plating Repairs - Eroded Weld (Aluminum)
48. Perform Hull and Structural Plating Repairs - Overlay Welding (Aluminum)
49. Perform Hull and Structural Plating Repairs - Crack (Steel)
50. Perform Hull and Structural Plating Repairs - Eroded Welds (Steel)
51. Perform Hull and Structural Plating Repairs - Overlay Welding (Steel)
52. Perform Hull and Structural Plating Repairs -Corrugated Plate (4.0-Pound)
53. Perform Steel Hull and Structural Plating Repairs (5-Pound)
54. Perform Steel Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound)
55. Perform Steel Hull and Structural Plating Repairs (7.5-Pound or 7.65-Pound)
56. Perform Steel Structural Member Repairs -Steel Studs
All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to
[email protected] or by fax (757) 628-4676. Questions may be referred to Susan Kreider at (757) 628-4644.
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, at least two (2) references are requested, but more are desirable.
Your response is required by June 30, 2009. 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 an unrestricted 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.
Bid Protests Not Available