Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2004 FBO #0768
SOLICITATION NOTICE

J -- USCGC PEA ISLAND (WPB-1347) DRY DOCK AND REPAIR SOURCES SOUGHT

Notice Date
1/2/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, 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
DTCG80-04-B-3FA595
 
Response Due
2/23/2004
 
Archive Date
1/2/2005
 
Point of Contact
Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
 
E-Mail Address
kbrumfiel@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
 
Description
The U.S. Coast Guard has decided not to set aside this acquisition for HUBZone concerns, or small business concerns because an insufficient number of HUBZone certified business concerns or other small business concerns responded to the sources sought synopsis. The solicitation will be issued under full and open competition procedures electronically at www.Fedbizopps.gov on or about January 22, 2004. You may sign up for the Auto Notification service at www.Fedbizopps.gov to receive an e-mail from FEDBIZOPPS when an action is taken under this solicitation. Please contact Mr. Kevin L. Brumfiel at (757) 628-4635 or kbrumfiel@mlca.uscg.mil for assistance using FEDBIZOPPS. Provide all labor, material and equipment necessary to dry dock and repair the USCGC PEA ISLAND (WPB-1347). Repairs include but are not limited to the following Base and Option items: (1) welding repairs; (2) clean fuel and waste oil tanks; (3) clean sewage and grey water collection and holding tanks; (4) remove, inspect, and reinstall propeller shafts; (5) inspect bronze sleeves in various shaft packing areas; (6) renew water lubricated propeller shaft bearings; (7) remove, inspect, and reinstall propellers; (8) repair propeller root erosion; (9) preserve transducer hull rings; (10) renew valves; (11) inspect and overhaul duplex sea strainers; (12) remove, inspect, and reinstall rudder assemblies; (13) overhaul stabilizing fins; (14) clean and repair sewage and grey water piping system; (15) preserve forward peak compartment; (16) preserve bilge areas and renew insulation; (17) preserve and disinfect potable water tanks; (18) preserve sewage tank; (19) preserve underwater body; (20) preserve superstructure; (21) insulate and preserve aft steering space; (22) preserve bilge surfaces in aft steering compartment; (23) insulate and preserve battery space; (24) inspect and maintain cathodic protection system; (25) renew capastic fairing; (26) provide temporary logistics; (27) routine dry docking; (28) prepare main deck; (29) install spray rail extensions (EC No. 110-C-087); (30) install new type shaft seal assemblies (EC No. 110-C-089); (31) install new aft fuel tank access manholes (EC No. 110-C-091); (32) fabricate and install new oily water tank access (EC No. 110-C-092); (33) create forward peak void (EC No. 110-C-094); (34) renew port and starboard pilothouse sliding windows; (35) renew galley equipment; (36) renew deck and shower stall in aft berthing head; (A) composite labor rate; (B) GFP report in accordance with solicitation section H; and (Z) laydays. The vessel is a 110 Foot C Class Patrol Boat, which is 110 feet in length, and 21 feet, 3 inches in width. The vessel?s home pier is located at 600 8th Street SE in St. Petersburg, FL 33701. The performance period is FORTY-FIVE (45) calendar days beginning on or about May 01, 2004 and end on or about June 15, 2004. The place of performance for this vessel is geographically restricted to the area from Brownsville, TX to Shallottee Inlet, NC. Funds are available for this procurement. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. 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 [ten days from solicitation issuance]. MLCA must have ten (10) days advance notice to complete a CD-ROM set of drawings. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Drawings are still available in hardcopy; however, a non-refundable charge of $150.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. All businesses, large and small, are encouraged to submit bids for subject requirements. Plans and specifications will be issued on or about January 22, 2004. All responsible sources may submit a bid, which shall be considered by the United States Coast Guard. Bids will be due on or about February 23, 2004. For information concerning this acquisition contact the Contracting Official listed above. Numbered Note 26 applies.
 
Place of Performance
Address: Contractor's facility within the area of the stated geographic restriction.
Country: USA
 
Record
SN00497887-W 20040104/040102235627 (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.