SOLICITATION NOTICE
J -- Drydock Repairs to the USCGC HAWK
- Notice Date
- 1/20/2010
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-10-Q-P42954
- Archive Date
- 1/31/2011
- Point of Contact
- Tomeka Evans, Phone: 757-628-4666, Susan A. Kreider, Phone: 7576284644
- E-Mail Address
-
tomeka.evans@uscg.mil, susan.a.kreider@uscg.mil
(tomeka.evans@uscg.mil, susan.a.kreider@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Surface Forces Logistics Center intends to issue a Commercial Request for Quote (RFQ) for the drydock and repairs to the USCGC HAWK (WPB-87355), an 87 foot patrol boat. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. This procurement will be a Total Small Business Set-aside. All responsible small businesses may submit an offer, which shall be considered by the U.S. Coast Guard. The small business size standard for NAICS 336611 is less than 1,000 employees. The solicitation will be issued electronically as a Best Value Request for Quote (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about January 25, 2010 with quotes due on or about February 12, 2010. Please sign up for the Auto Notification Service to receive an e-mail from FedBizOpps when an action is taken under this solicitation. This commercial item requirement is set-aside for all small business concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC HAWK’s homeport is St. Petersburg, Florida. The place of performance will be at the contractor’s facility. The vessel is geographically restricted to a facility within 576 nautical miles one-way or 1,152 nautical miles roundtrip from their homeport. The performance period is forty-two (42) calendar days and is expected to begin on or about April 5, 2010. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC HAWK (WPB-87355). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC HAWK (WPB-87355). This work will include, but is not limited to Perform Ultrasonic Thickness Measurements, Clean and Inspect Dirty Oil Tank, Clean and Inspect Oily Water Tank, Clean and Inspect Fuel Service Tanks, Clean and Inspect Grey Water Tank, Clean and Inspect Sewage Tank, Clean Grey Water Piping System, Clean Sewage Piping System, Inspect Pilothouse Deck, Inspect RHIB Notch Skid Pads, Renew RHIB Notch Skid Pad Studs, Realign Main Engine/Reduction Gear, Remove, Inspect, and Reinstall Propeller Shafts, Renew Intermediate or Aft Water-Lubricated Shaft Bearing, Renew Intermediate or Aft Bearing Carrier, Remove, Inspect, and Reinstall Propellers, Perform, Renew Depth Indicating Transducer, Renew Sea Valves and Inspect Associated Piping and Strainers, Remove, Inspect, and Reinstall Rudder Assemblies, Remove, Inspect and Reinstall Stern Launch Door, and Inspect Door Pivot Pins, Bushings, and Washers, Preserve Underwater Body – “Partial” or “100%”, Modify and Renew Cathodic Protection System, Routine Drydocking, Provide Temporary Logistics, Modify and Preserve the Forepeak (EC 087-A-033), Install Dirty Oil Tank Level Indicator (EC 087-B-039), Install AFFF Bilge Sprinkler System (EC 087-A-024), Install New Hatch Coamings (EC 087-A-027), Renew Mast Cable Standoffs, Renew Deck Penetration for RHIB Battery Charger Receptacle, Composite Labor Rate, GFP Report, and Laydays All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. 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 is available free of charge to contractors upon request not later than four (4) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, contact Ms. Tomeka Evans at (757) 628-4666 or by e-mail at tomeka.evans@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P42954/listing.html)
- Place of Performance
- Address: The place of performance will be at the contractor's facility., United States
- Record
- SN02045744-W 20100122/100120235417-6b17beee4169528f6845e7a4695f20ad (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 |