Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

J -- Drydock Repairs to the USCGC DIAMONDBACK (WPB-87370), USCGC REEF SHARK (WPB-87371) and USCGC YELLOWFIN (WPB-87319)

Notice Date
9/22/2011
 
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
HSCG80-12-Q-P45H76
 
Archive Date
8/30/2012
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil
(louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. Coast Guard is setting aside this acquisition for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. All responsible SDVOSB concerns may submit an offer, which shall be considered by the U. S. Coast Guard. 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. In accordance with FAR 52.232-18, the contract will be subject to the availability of appropriated funds. The NAICS Code is 336611 and the SIC is 3731. The acquisition is for the drydock and repairs to three (3) 87' work patrol boats, the USCGC DIAMONDBACK (WPB-87370), USCGC REEF SHARK (WPB-87371), and USCGC YELLOWFIN (WPB-87319. The government will award one contract as a result of this solicitation. The place of performance will be at the contractor's facility. The simplified acquisition will be issued as a Best Value Request for Quotes (RFQ), on or about 07 October 2011 with quotes due on or about 04 November 2011 via the Federal Business Opportunities (FEDBIZOPPS) web page at https://fbo.gov. This requirement will be evaluated using Past Performance and Price; whereas Past Performance is more important than Price. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service; as such, contractors are urged to sign up for the Auto Notification Service. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). The home port(s) of the vessels are: Miami Beach, Florida for the USCGC DIAMONDBACK, San Juan, Puerto Rico for the USCGC REEF SHARK and Charleston, South Carolina for the USCGC YELLOWFIN. The period of performance is forty-five (45) calendar days for each vessel and will be as follows: USCGC DIAMONDBACK, February 01, 2012 - March 16, 2012 USCGC REEF SHARK, April 04, 2012 - May 18, 2012 USCGC YELLOWFIN, June 06, 2012 - July 20, 2012 This requirement is geographically restricted to a facility located within an area no greater than 576 nautical miles, one-way and 1,152 nautical miles, roundtrip from Miami Beach, Florida. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC DIAMONDBACK, the USCGC REEF SHARK and the USCGC YELLOWFIN. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC DIAMONDBACK (WPB-87370), USCGC REEF SHARK (WPB-87371), and USCGC YELLOWFIN (WPB-87319). This work will include, but is not limited to: Routine Drydocking; Provide Temporary Services; Provide Telephone Service; Perform Ultrasonic Thickness Measurements; Modify Forepeak (EC 087-A-033); Inspect Galley/Mess Deck Bilge Access; Clean and Inspect Dirty Oil Tank; Clean and Inspect Oily Water Tank; Clean and Inspect Tanks (MP Fuel Service); Inspect, Preserve, and Renew Electrical Matting-Pilothouse Deck (Aluminum); Renew Depth Sounder Capastic Fairing, Install Fuel Station Weather Tight Door (TCTO TB6000), Renew Hatch Coamings (EC-087-A-027); Realign Main Engine Reduction Gear; Remove, Inspect, and Reinstall Propulsion Shafts; Repair Propulsion Shaft; Straighten Propulsion Shaft; Renew Intermediate Water-Lubricated Propulsion Shaft Bearing; Renew Aft Water-Lubricated Propulsion Shaft Bearing; Renew Intermediate Bearing Carrier; Renew Aft Bearing Carrier; Preserve Stern Tube Interior Surfaces; Repair Stern Tube Interior Surfaces; Remove, Inspect and Reinstall Propellers; Perform Propeller Minor Reconditioning and Repairs; Renew Fathometer Transducer; Clean and Inspect Speed Log Skin Valve Assembly; Clean, Inspect, and Repair Sea Water System (Sea Valves, Strainers, Piping); Install Placeholder for Fire Hose Camelbacks (TCTO TB3000); Install AFFF Bilge Piping System; Remove, Inspect, and Reinstall Rudder Assemblies; Inspect RHIB Notch Skid Pads; Renew RHIB Notch Skid Pad Studs; Remove, Inspect, and Reinstall Stern Launch Door; Clean and Inspect Grey Water Holding Tank; Clean and Inspect Sewage Holding Tank; Clean and Flush Grey Water Piping; Clean and Flush Sewage Piping; Preserve Underwater Body (100%); Preserve Underwater Body (Partial - 33%); Renew Cathodic Protection Zincs; GFP Report; and Laydays. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications 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-TOM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc.). For information concerning this acquisition, or for a copy of the CD -ROM, please contact Mr. Louis Romano at (757) 628-4651, or by e-mail to Louis.J.Romano@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-Q-P45H76/listing.html)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., United States
 
Record
SN02589317-W 20110924/110923000804-79e8d478fd9601739c6a0b32b6772934 (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.