Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
MODIFICATION

20 -- Scheduled Dock-Side Repairs for The USCGC GEORGE COBB (WLM-564) 100 Foot Coastal Buoy Tender - Amendment 8

Notice Date
10/26/2012
 
Notice Type
Modification/Amendment
 
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
HSCG85-13-Q-P45M53
 
Archive Date
11/15/2012
 
Point of Contact
Jack Rodman, Phone: (510) 637-5988, Jay S McReynolds, Phone: 510-637-5975
 
E-Mail Address
Jack.E.Rodman@uscg.mil, jay.s.mcreynolds@uscg.mil
(Jack.E.Rodman@uscg.mil, jay.s.mcreynolds@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment D Pricing Schedule Revision 2 Attachment C Specification Rev 2 Amendment 00008 The United States coast guard surface forces Logistics Center, Contracting and Procurement branch 2 IBCT Product Line intends to issue a Commercial Request for Quote for Dockside Repairs for the United States Coast Guard Cutter: GEORGE COBB (WLM-564). 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 1000 employees. The simplified acquisition will be issued as a Best Value for Quote (RFQ) on or about August 14, 2012. The RFQ will be issued via the Federal business Opportunity (FEDBIZOPPS) website at http://www.fbo.gov/. This requirement will be evaluated using price and past performance as an evaluation factors. Hard copies solicitation will not be issued. It is incumbent upon the contractors to monitor the FEDBIZOPPS website for RFQ release and all subsequent amendments. FEDBIZOPPS also contains an optional automatic notification service. THE ACQUISITION WILL BE SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. The performance period will be based following Cutter's Availability dates and completion time: USCGC GEORGE COBB (WLM-564) will be available from January 8, 2013 through February 19, 2013 forty-two (42) days after vessel becomes available. PLACE OF PERFORMANCE: The place of performance will be at the Cutter's Home Port: USCGC GEORGE COBB (WLM-564), 1001 South Seaside Ave, San Pedro, California 90731. DESCRIPTION OF WORK The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC GEORGE COBB (WLM-564) This work will include, but is not limited to: ITEM DESCRIPTION D-001 Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean D-002 Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean D-003 Vent Ducts ( Engine and Motor Room All ), Commercial Cleaning D-004 Vent Ducts ( Galley and Pantry Room All ), Commercial Cleaning D-005 Anchor Chain and Ground Tackle, Preserve D-006 Decks - Exterior( Buoy ), Preserve 100% D-007 Hull Plating Freeboard (Buoy Port Areas), Preserve - Partial (Delete) D-008 Hot Water Accumulator Tanks, Clean and Inspect D-009 Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test D-010 Cargo Hold Deck, Preserve 100% D-011 Vent Ducts (All Other), Commercial Cleaning D-012 Hydraulic Chain Stoppers, Overhaul and Repair D-013 Hydraulic Inhaul Winch, Repair D-014 Anchor Windlass Inspect, and Repair D-015 Single Point Davit, Inspect and Repair D-016 Buoy Crane, Inspect and Repair D-017 ASW Pump(s), Overhaul D-018 Deck Covering (Electrical Matting), Remove and Reinstall D-019 Cargo Hatch and Hawser Pipe, Preserve D-020 Potable Water Valves, Renew D-021 Cargo Hatch, Repair and Test O-00A Composite Labor Rate D-00B GFP Report D-00C Travel and Perdiem The Specification for this project is posted with this pre-solicitation synopsis for review and comments from interested parties. Potential contractors are Strongly Encouraged to make a Ship Check. For access please contact EMCS James Cullers (310) 521-4580 email: James.D.Cullers@uscg.mil or LTJG Robert K. Woods at (510) 637-5852 email: Robert.K.Woods2@uscg.mil Drawings on CD-ROM will be free of charge to contractors upon request. Contractors may contact Jack Rodman at (510) 637-5988 or email: Jack.E.Rodman@uscg.mil. or Jay McReynolds (510) 637-5975 email: Jay.S.McReynolds@uscg.mil CERTIFICATIONS: All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. NOTICE TO OFFERORS: This solicitation is subject to Avaliability of Funds For further information or questions regarding this solicitation, please contact Jack Rodman at (510) 637-5988 or via email: Jack.E.Rodman@uscg.mil or Jay McReynolds at (510) 637-5975 or email: Jay.S.McReynolds@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-13-Q-P45M53/listing.html)
 
Place of Performance
Address: USCGC GEORGE COBB (WLM-564), 1001 South Seaside Ave, San Pedro, California, 90731, United States
Zip Code: 90731
 
Record
SN02919956-W 20121028/121026233744-ad1f8823fe63b57511ad0427b49165fe (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.