SOLICITATION NOTICE
J -- Drydock Repairs for USCGC KATMAI BAY (WTGB-101)
- Notice Date
- 4/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG80-07-R-3FAH10
- Archive Date
- 4/13/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is a Small Business Set-Aside. All responsible Small Business Concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The solicitation will be issued electronically on the FEDBIZOPPS web page on or about 25 April 2007, at http://www/fbo.gov. Please sign up for the Auto Notification Service to receive e-mail from FEDBIZOPPS when an action is taken under this solicitation. THIS COMMERCIAL ITEM REQUIREMENT IS SET-ASIDE FOR SMALL BUSINESS CONCERNS AND WILL BE EVALUATED USING PAST PERFORMANCE AS THE MOST IMPORTANT EVALUATION FACTOR. The USCGC KATMAI BAY (WTGB-101) homeport is SAULT STE. MARIE, MICHIGAN. The place of performance will be at the CONTRACTOR?S FACILITY. This vessel is geographically restricted to a distance no further than the equivalent of 18 days transit (2,650 nautical miles one way) from the cutters Homeport in Sault Ste. Marie, MI via the St. Lawrence Seaway. The performance period is FORTY-SEVEN (47) calendar days and is expected to begin on or about 20 August 2007 through 5 Oct 2007. The contractor shall provide all labor, material and equipment necessary to drydock and repair the USCGC KATMAI BAY (WTGB-101) including but not limited to the following Items: Clean And Inspect Fuel and Oil Tanks, Preserve Ballast Tanks And Voids, Remove Inspect And Reinstall Propeller Shaft, Overhaul Shaft Seal Assembly, Strain Gauge Alignment Inspections, Remove, Inspect, And Install Government-Furnished Propeller, Preserve Transducer Hull Ring, Overhaul And Renew Valves, Remove Inspect And Reinstall Rudder Assembly, Inspect Government-Furnished Rudder Assembly, Perform Anchor, Anchor Chain, And Ground Tackle Maintenance, Inspect Anchor And Anchor Chain, Preserve Anchor And Anchor Chain, Preserve Underwater Body, Coating System Visual Inspection, Coating System Thickness Measurement, Painting Of Drafts Marks, Condition A? (10% Of U/W Body), Condition A? Entire U/W Body, Condition B (10% Of U/W Body), Condition B Entire U/W Body), Preserve Freeboard, Routing Drydocking, Provide Temporary Logistics, Provide Additional Temporary Logistics, Perform Non-Destructive Exam Of Main Motor Foundation, Inspect Chain Locker, Clean Sewage And Grey Water Piping System, Modify Grey Water Tank System, Renew Deck Covering Systems, Composite Labor Rate, GFP And Laydays. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. 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). For information concerning this acquisition, contact the Contracting Official Tara M. Benton at (757) 628-4754 or email at tara.m.benton2@uscg.mil.
- Record
- SN01272800-W 20070415/070413220508 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |