SOLICITATION NOTICE
J -- RB-M 45667: FY16 DRYDOCKING & REPAIR, STA. SAN FRANCISCO
- Notice Date
- 8/27/2015
- 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
- HSCG40-16-Q-P30002
- Archive Date
- 10/28/2015
- Point of Contact
- Ryan R. dela Cruz, Phone: (510) 637-5989, Matthew S. Katsaris, Phone: 5106375928
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@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 Drydocking and Repair of RB-M 45667, a 45' Response Boat, Medium (RB-M) homeported at USCG Station San Francisco. 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 11SEP2015. The due date for quotes is estimated to be 13OCT2015 but the final deadline for submission of proposals shall be established upon release of the solicitation. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https://fbo.gov. 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. This Requirement will be evaluated using past performance as an evaluation factor. THE ACQUISITION WILL BE SOLICITED AS A TOAL SMALL BUSINESS SET-ASIDE. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The government intends to award one contract as a result of the solicitation. This availability will be geographically restricted to a USCG SFLC Certified facility located within a reasonable safe distance from the vessel's RB-M's home station. This geo-restriction will be clearly identified within the solicitation. The anticipated Period of performance is fifty-two (52) calendar days, beginning on 17NOV2015. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the issuance of the solicitation. CD-ROM (s) will be sent via FED-EX. 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 45667. This work may include, but is not limited to: 1. Ultrasonic Testing (UT) (100) Shots, Perform 2. Hull Plating (U/W Body), Inspect 3. Fendering System, Inspect 4. Tank,(MP Fuel Service), Clean and Inspect 5. Water Jet-Inspect, Perform Service 6. Jet Drive Anodes, Renew 7. Engine Exhaust Piping, Inspect 8. Muffler(s), Clean and inspect 9. Electrical Isolation, Perform 10. Sea Valves, Overhaul 11. Sea Valves, Renew 12. Sea Strainer, Overhaul 13. Diesel Tank, Refuel 14. Water Jet Drive, Preserve 15. Underwater Body, Preserve (100%) 16. Marine Chemist Services, Provide 17. Drydocking 18. Temporary Services, Provide 19. Sea Trial Performance, Provide Support 20. Heavy Weather TCTO 21. Inverted Valve Hardware, Change 22. Low Level Lights FWD 23. Tow Reel, Anchor Reel, Preserve 24. Main Diesel Engine(s) to Auragen Generator(s) and Jet Drive(s), Align 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 Mr. Matt Katsaris at (510) 637-5928 or email: Matthew.S.Katsaris@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-P30002/listing.html)
- Place of Performance
- Address: CONTRACTOR PROVIDED FACILITY WITHIN DESIGNATED GEO-RESTRICTION, United States
- Record
- SN03858554-W 20150829/150827235253-8e52726c64d88238671baac889fddd9a (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 |