SOLICITATION NOTICE
J -- DRY-DOCKING & REPAIRS: CG 52315, USCG STATION COOS BAY
- Notice Date
- 2/14/2012
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-12-Q-P30423
- Point of Contact
- Ryan R. DelaCruz, Phone: (510)637-5989, Kelly A. Wyatt, Phone: 410-762-6472
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Surface Forces Logistics Center, Contracting Procurement Branch 3, intends to issue a Commercial Request for Quote (RFQ) for Drydock Repair of the MLBS 52315, a 52' Motor Life Boat, Special (MLBS) homeported at USCG Station Coos Bay. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This acquisition will be issued as a Best Value Request for Quote (RFQ), on or about 21FEB2012. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https:fbo.gov. This Requirement will be evaluated using past performance as an evaluation factor. Hard copies of the solicitation and specification will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for the RFQ release and all subsequent amendments. FEDBIZOPPS contains an option for automatic notification service. THE ACQUISITION WILL BE SOLICITED AS A TOAL SMALL BUSINESS SET-ASIDE. The government intends to award one contract as a result of the solicitation. This availability is geographically restricted to a facility located within an area no greater than 240 nautical from the vessel's assigned station, along a route where fuel and berthing services are available. The anticipated Period of performance is forty (40) calendar days, from 03APR2012 to 13MAY2012. 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. CD-ROM (s) will be sent via FED-X. The CD-ROM (s) contain Windows compliant raster/vector formats (e.g.*DWF, etc.). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the MLBS 52315. This work may include, but is not limited to: 1. General Welding, Provide 2. Tanks (MP Fuel Service), Clean and Inspect 3. Ultrasonic Testing (UT) Shots, Perform 4. Non Potable Water Tanks, Inspect 5. Propulsion Stern Tube and Strut Bearings, Renew 6. Propellers, Remove, Inspect and Reinstall 7. Rudder Assembly, Remove, Inspect and Reinstall 8. Rudder Stock Bearing, Renew 9. Underwater Body, Preserve "100%" 10. Routine Drydocking, Provide 11. Propeller Shaft, Remove, Inspect and Reinstall 12. Hydraulic Steering Oil System, Clean and Inspect 13. Shaft Seal, Remove and Install 14. Bilges, Preserve 15. Air Compressor and Air Horn Configuration, Return 16. Ventilation System, Inspect 17. Marine Chemist Services, Provide 18. Sea Water Valves, Renew 19. Fuel Root Valves, Renew 20. Fire Pump, Rebuild Renew 21. Steering Helm Pump Original Configuration, Return 22. Cathodic Protection / Zincs, Renew 23. Enclosed Bridge, Window Frame Repair 24. Crew Berthing Bilge, Repair 25. Stanchion, Renew 26. Temporary Logistics, Provide 27. Fuel Fill Tubes, Renew 28. Full Power Trial Performance, Provide Contractors shall provide a current certification of its drydocking facility/travel lift/or crane as required by the specification, Routine Drydocking Work Item, and SFLC Standard Specification 8634_STD. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. For further information or questions regarding this solicitation, please contact Mr. Ryan dela Cruz at (510) 637-5989 or email: Ryan.R.delaCruz@uscg.mil or Ms. Kelly Wyatt at (410)762-6472 or email: Kelly.A.Wyatt@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-P30423/listing.html)
- Place of Performance
- Address: CERTIFIED CONTRACTOR PROVIDED FACILITY LOCATED WITHIN 240 NAUTICAL MILES OF VESSEL'S ASSIGNED STATION, CHARLESTON, Oregon, 97420, United States
- Zip Code: 97420
- Zip Code: 97420
- Record
- SN02675254-W 20120216/120215000118-dfa17d9a58f47112294081301794f11e (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 |