Federal Bid

Last Updated on 28 May 2013 at 8 AM
Sources Sought
Location Unknown

JOSHUA APPLEBY FY14 DS

Solicitation ID JOSHUA_APPLEBY_SS_DSFY14
Posted Date 01 May 2013 at 10 PM
Archive Date 28 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Sweden
The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether to set-aside an acquisition for 8(a), HUBZone or SDVOSB firms. The acquisition is for the dock-side repairs of CGC JOSHUA APPLEBY (WLM-556), a 175 foot Coastal Buoy Tender home ported in St Petersburg, FL. The Period of performance will be 05 November 2013 - 17 December 2013. The eventual requirement could result in an award of a single firm fixed-price ship repair contract. The scope of work for the acquisition is general dock-side work including but not limited to: Vent Ducts (Engine and Motor Room All, Galley and Pantry Room All, Laundry Exhaust, and All Other), Commercial Clean; Circuit Breakers (60Hz), Inspect & Test; Hydraulic Chain Stopper, Hydraulic Inhaul Winch and Cross Deck Winches, Overhaul; Single Point Davit, Level 2 Inspect and Repair; Cargo Hatch Repair; Buoy Crane, Inspect & Service - Tier II; weather Deck 02-03 Level Inclined Ladder and Fantail Ladder, Upgrade; Deck Covering (Interior Wet/Dry), Renew; Buoy chain Winch and Cross Deck Winch Emergency Brake Release Hand Pump Modifications; Vent Space Decks, Preserve; Temperature Control Valve, Renew; Gunwale Plating, Renew; Pyro Locker Foundation, Relocate; Watertight Doors and hatch, Renew; Oil Containment Coamings, Repair; Weather Deck Stuffing Tubes, Renew; Fuel Oil Valves, Renew; Sewage Tank Aerator Compressor, Renew; HP5 and HP6 Foundation, Renew; Plumbing Drain and Vent Piping Renew.

To be considered as a set-aside candidate, respondents must have a record of successfully accomplishing ship repair contracts of this nature as a prime contractor for federal agencies and components such as the U. S. Navy, Military Sealift Command, NOAA, U. S. Army Corps of Engineers, etc. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via email by 1:00 pm PST on 13 May 2013. Please respond by email to [email protected] with a positive statement of your intention to submit a bid for this solicitation as a prime contractor as follows:
1. Name of company;
2. Street address of company;
3. DUNS number of company;
4. CAGE Code of company;
5. Name, phone number and email address of main and alternate points of contact;
6. Past Performance reports for at least three federal ship repair projects accomplished in the last three years. Include contract numbers, project titles, dollar amounts (both award and final), points of contact (phone number and email address), and scope of work accomplished for each project.

Interested parties must be registered in System for Award Management "SAM" for their responses to be considered. Respondents are advised the eventual solicitation will contain the clause FAR 52.219-14 "Limitations on Subcontracting (Dec 1996)" which stipulates at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern

A decision on potential set-asides will be posted on FEDBIZOPS once SFLC has concluded its market research and formal acquisition planning for this requirement.

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Feb 2014 at 3 PM
Location Unknown 06 Jul 2016 at 5 PM
Alameda California 25 Jun 2025 at 3 PM
Location Unknown 12 May 2016 at 8 PM
Location Unknown 05 Jan 2004 at 5 AM

Similar Opportunities

Boulder city Nevada 16 Jul 2025 at 12 AM
Boulder city Nevada 16 Jul 2025 at 12 AM
North charleston South carolina 25 Jul 2025 at 6 PM
Miami beach Florida 14 Jul 2025 at 3 PM
Honolulu Hawaii 25 Jul 2025 at 10 PM