Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2002 FBO #0070
SOLICITATION NOTICE

J -- DOCKSIDE REPAIRS FOR THE USCGC MARCUS HANNA

Notice Date
2/8/2002
 
Notice Type
Solicitation Notice
 
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
DTCG80-02-Q-3FA929
 
Response Due
3/26/2002
 
Archive Date
5/30/2002
 
Point of Contact
Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676, - Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676,
 
E-Mail Address
smartinez@mlca.uscg.mil, smartinez@mlca.uscg.mil
 
Description
The U.S. Coast Guard has decided not to set aside this acquisition for HUBZone concerns, because no HUBZone certified business concerns complied with the requirements of the sources sought synopsis. The solicitation and specifications will be issued electronically at www.Fedbizopps.gov (NO HARD COPIES WILL BE ISSUED) on or about February 25, 2002. Proposals will be due on or about March 26, 2002. Sign up for automatic notification on FEDBIZOPPS at www.Fedbizopps.gov. If you have questions regarding FEDBIZOPPS, contact Ms. Sandra Martinez at (757) 628-4591 or email smartinez@mlca.uscg.mil. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. All Businesses, large and small, are encouraged to submit proposals for the subject requirements. All responsible sources may submit a proposal, which shall be considered by the United States Coast Guard. Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation. Provide all labor, material and equipment necessary to perform dockside repairs including but not limited to the following Base Items: (1) Clean and Inspect Voids, (2) Clean and inspect sewage holding tanks, (3) Clean Gaylord and Laundry Ventilation Ducting, (4) Inspect Hydraulic Griping System, (5) Inspect and Test Cross Deck Winches (Level I), (6) Inspect and Test Hydraulic Chain Stoppers (Level I), (7) Overhaul Mechanical Chain Stoppers (Level I), (8) Inspect and Test Small Boat Davit (Level II), (9) Inspect and Test Buoy Crane (Level I), (10) Inspect Various Fittings, (11) Preserve Buoy Deck, (12) Preserve Forecastle Deck, (13) Install Eyewash Stations, (14) Modify Forward Gunwales and Buoy Chain Port, (15) Replace Port and Starboard Z-Drive Lube Oil Heat Exchanger Tube Bundles, (16) Install Galley Equipment and APC Fire Suppressant Interlock System, (17) Install Hydraulic Power Unit Emergency Stop Switches, (18) Modify HVAC System, (19) Install Refrigerant Leak Detection and Alarm System, (20) Modify Fire Main System, (21) Install Isolation Valves for Hydraulic Power Unit, (22) Modify Sewage System Piping, (24) Preserve and Disinfect Potable Water Tanks, (25)GFP report in accordance with section C. and (26) Travel and Per Diem. OPTION ITEMS include but are not limited to the following: (1) Composite Labor Rate. Vessel?s homeport is South Portland, ME. Vessel?s availability is for Forty-Two (42 days, starting 10 June 2002. Vessel length is one seventy-five (175) feet. Minimum depth of water is 18 feet. Minimum height clearance is 93 feet. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. A non-refundable charge of $150.00 is required, in the form of a certified check or money order payable to the U.S. Coast Guard, for requested drawings. Drawings are now available on CD-ROM. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.) This notice is for information purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at 1-800-532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning the acquisition, contact the Contracting Official listed above.
 
Record
SN00024464-W 20020210/020208213148 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.