Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

J -- JUNIPER CLASS (WLB - 225 FOOT) BUOY TENDER DRYDOCKING, DECONTAMINATION AND REPAIRS - Package #1 - Package #2

Notice Date
8/4/2010
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-10-R-WLBDECON
 
Point of Contact
James S. Altice, Phone: 206-217-6815, Linda C Cho, Phone: 510-637-5965
 
E-Mail Address
james.s.altice@uscg.mil, linda.c.cho@uscg.mil
(james.s.altice@uscg.mil, linda.c.cho@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SFLC Draft Specification for USCG 225 WLB (A-Class) (Rev-1 8/3/10) SFLC Draft Specification for USCG 225 WLB (B-Class) (Rev-1 8/3/10) This synopsis announces source selection by the U.S. Coast Guard, Surface Forces Logistics Center (SFLC) for urgent drydocking and decontamination of 6 EA 225-foot class seagoing buoy tenders demobilizing from their Deepwater Horizon response mission in the Gulf of Mexico. Place of performance will be the contractors' facilities. Period of performance will be from date of award (currently projected for 8/24/10) until all requirements are complete (currently projected no later than 12/17/10). The six vessels involved in this requirement are: CGC JUNIPER (WLB 201) Class A CGC ELM (WLB 204) Class B CGC WALNUT (WLB 205) Class A CGC ASPEN (WLB 208) Class B CGC SYCAMORE (WLB 209) Class B CGC CYPRESS (WLB 210) Class B SFLC intends to execute a multiple-award indefinite delivery, indefinite quantity, firm fixed-price set of contracts for this requirement. The minimum requirement will be a contract line item (CLIN) for participation in a one-hour post-award conference, priced at $100.00. There will be six (6) competed optional line items for drydocking and decontamination of each of the vessels. The attached set of draft specifications provide the expected technical package composition of each of the six drydockings. Note the requirement for crew Messing and Berthing within 10 miles of the facility. To be considered for award, the entire channel depth from shipping lanes in open salt water to a firm's drydock/facility must be no less than 18 feet. A firm's mooring facility must also provide 18 feet clearance at mean low tide. Overhead clearance in the channel and at the facility must exceed 85 ft from the water level at mean high tide. Furthermore, to be considered for award, each shipyard must satisfy SFLC requirements for safely lifting and holding JUNIPER class vessels. Drydocking requirements and ship's characteristics are supplied in the attached draft specifications for review. Post-award, awardees will be required to submit competitive quotations and price breakdowns for each of the six optional line items. Award of optional line items will be determined by price. No adjustment for Government travel of vessel fuel costs will be applied to the evaluation of option line item pricing. Details of this post-award process will be provided in the solicitation. This is an unrestricted requirement, meaning that there are no business size or type restrictions. However, strong preference will be given to shipyards in possession of their own waterfront facility (drydock, pier, cranes) and whose principal business falls under NAICS Code 336611. Drydocking and decontamination work under the eventual contract must be performed within the United States. In order to comply with provisions of the Clean Water Act (33 U.S.C. § 1251), and to avoid contaminating waters outside the Gulf of Mexico, a respondent's drydocking facility must be located in the coastal and estuarine region stretching from the border of Texas and Mexico in the west to Naples, FL in the east. The solicitation will be posted on or about 8/11/10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-10-R-WLBDECON/listing.html)
 
Place of Performance
Address: Contractors' shipyards - see Notice Description block., United States
 
Record
SN02228582-W 20100806/100804235016-80d270750a8cdd3ece450a589d1154db (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 |
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.