Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2016 FBO #5300
SOLICITATION NOTICE

J -- SLEDGE FY16 DD - SLEDGE_FY16_DD PRE-SOL

Notice Date
5/26/2016
 
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
SLEDGE_FY16_DD
 
Point of Contact
CRYSTAL G. ELLIOTT, Phone: 7576284753
 
E-Mail Address
crystal.g.elliott@uscg.mil
(crystal.g.elliott@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SLEDGE FY16 DD PRESOLICITATION PRE-SOLICITATION NOTICE: DRYDOCK REPAIRS FOR USCGC SLEDGE (WLIC 75303) The United States Coast Guard, Surface Forces Logistics Center (SFLC) Norfolk, VA is procuring dry dock repair services for the U. S. Coast Guard Cutter USCGC SLEDGE (WLIC 75303), under REQUEST FOR QUOTATION (RFQ), HSCG85-16-Q-P45H85. This requirement is a Set-Aside for owners of Small Business pursuant to the Small Business Act and FAR Part 19.502-2. All Small Business may submit offers, which shall be considered by the United States Coast Guard. The applicable North American Industry Classification System (NAICS) code is 336611 for SHIP BUILDING AND REPAIRING with a Size Standard of 1,250 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations. The RFQ/Solicitation will be issued pursuant to FAR 12, Acquisition of Commercial Items and FAR Part 13.5, SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS. The Coast Guard intends to award a fixed price contract resulting from this solicitation to a responsive, responsible contractor whose written quote is considered most advantageous to the Government both in price and other factors considered. The following factors shall be used to evaluate quotations and are in descending order of importance. 1. Past Performance 2. Price Factors 1-2 will be applied to determine the best value to the Government. Please note Past Performance is more important than price. A vendor without a record of relevant past performance will not be evaluated favorably or unfavorably on past performance. The RFQ/Solicitation HSCG85-16-Q-P45H85 will be issued on or about 10 June 2016 with a closing date for receipt of QUOTATIONS on or about 10 July 2016, at 10:00 A.M. EST. The RFQ will be posted on the Government wide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov or https:// www.fbo.gov. Please sign up for the Auto Notification Service to receive an email from Federal Business Opportunity website when an action is taken under this solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS AND REQUEST FOR DRAWINGS; All reference documents are available for viewing at 300 East Main Street, Suite 600 Norfolk, VA. 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than (5) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). All questions/concerns/request for drawings regarding this solicitation are strongly encouraged to be submitted in writing to the Contract Specialist by 20 June 2016 at 1:00pm EST. Follow-up/additional questions may not be accepted after this date and time due to time constraints. DRYDOCK Repair Specification: Contractor shall provide all necessary, facilities, materials, equipment, and personnel to perform drydock repairs to the U.S. Coast Guard Cutter SLEDGE (WLIC-75303), is a 75-foot Inland Construction Tender home ported in Baltimore, MD. All work shall be performed at the contractor's facility. The required period of performance is for fifty-two (52) calendar days from 24 August 2016 to end date of 14 October 2016. GEOGRAPHIC RESTRICTION: 400nm from Baltimore, MD and no open water transits 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. (Subject to change at the discretion of the Government). Scope of Work: The scope of the acquisition is for the dry-dock repairs of the USCGC SLEDGE (WLIC-75303). This work may include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Keel Coolers, Clean, Inspect and Hydro WORK ITEM 2: Fathometer Transducer, Renew - Tender WORK ITEM 3: Fathometer Transducer, Renew - Barge WORK ITEM 4: Spud Wells, Preserve - Barge WORK ITEM 5: U/W Body, Preserve (100%) - Tender WORK ITEM 6: U/W Body, Preserve (100%) - Barge WORK ITEM 7: Cathodic Protection / Zinc Anodes, Renew - Tender WORK ITEM 8: Drydock - Tender WORK ITEM 9: Drydock - Barge WORK ITEM 10: Temporary Services, Provide WORK ITEM 11: Sea Trial Performance, Support, Provide WORK ITEM 12: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 13: Hull Plating (Side Scan), Ultrasonic Testing - Tender WORK ITEM 14: Hull Plating (Side Scan), Ultrasonic Testing - Barge WORK ITEM 15: Propellers, Remove, and Reinstall WORK ITEM 16: Cathodic Protection/Zinc Anodes, Renew - Barge WORK ITEM 17: Propulsion Shafting, Remove, Inspect, and Reinstall WORK ITEM 18: Rudder Assembly; Remove, Inspect and Reinstall WORK ITEM 19: Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement - Option All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Period of Performance: The performance period is fifty-two (52) calendar days from 24 August 2016 and end date on or about 14 October 2016. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM report can be obtained by accessing the internet a www.sam.gov or by calling 1-866-606-8220. All parties are encouraged to continually monitor the Federal Business Opportunity website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Crystal Elliott at crystal.g.elliott@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/SLEDGE_FY16_DD/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY - GEOGRAPHICAL RESTRICTION 400NM OF BALTIMORE, MD NO OPEN WATER TRANSITS, United States
 
Record
SN04129826-W 20160528/160526234155-b0e22ef12a8a4006bb659af3a4e33d4c (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.