Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

J -- United States Coast Guard Cutter (USCGC) Polar Star Drydock (DD) FY19

Notice Date
11/9/2018
 
Notice Type
Sources Sought
 
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
70Z08519IP45051
 
Point of Contact
Wilma L. Estrada, Phone: 510.637.5981, Amy A. Kelm, Phone: 2062176767
 
E-Mail Address
Wilma.L.Estrada@uscg.mil, amy.a.kelm@uscg.mil
(Wilma.L.Estrada@uscg.mil, amy.a.kelm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG is seeking qualified sources to perform the dry docking of the Icebreaker CGC POLAR STAR (WAGB-10), the CG's only heavy ice breaker that is 399 feet long, 83.6 feet wide, drafts 31.81 feet (at full load), and weighs 13,057 long tons (at full load) from 15 April 2019 through 16 August 2019. CGC POLAR STAR is home ported in Seattle, WA. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. PLACE OF PERFORMANCE: The Cutter's home port in Seattle WA. GEOGRAPHICAL RESTRICTION: Continental US, West Coast Only. SIGNIFICANT WORK TO BE ACCOMPLISHED: Hull Plating (U/W Body), Inspect Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Tanks (Aviation Fuel Service), Clean and Inspect Tanks (Mp Fuel Storage,Service And Overflow) Clean and Inspect Propulsion Shafting - Strain Gage and Air Gap Readings (All) Centerline Propulsion Hub Removal and Reinstallation Port Propulsion Hub Removal and Reinstallation Starboard Propulsion Hub Removal and Reinstallation Centerline Propulsion Shafting Removal and Reinstallation Port Propulsion Shafting Removal and Reinstallation Starboard Propulsion Shafting Removal and Reinstallation Propulsion Shaft Bearings (External), Check Clearances Propulsion Shaft Seal Renewal and Sealing Surface Recondition Fathometer Transducer, Renew Shaft Handling Equipment, Maintenance Sea Strainers (Hayward) Open, Clean, and Inspect Sea Valves and Waster Pieces, Overhaul or Renew Boiler, Biennial Maintenance, Perform & Water Jet Clean Boiler, Tube Renewals Damage Control and Firefighting Systems, Perform Maintenance Rudder And Rudder Stock, Remove and Inspect Cathodic Protection / Zinc Anodes, Renew Temporary Fuel Oil Offload and Storage Drydock Drydock Temporary Services, Drydock Contractor Facility, Provide Dock and Sea Trial Performance, Support, Provide Miranda Davit, Biennial Inspection and Test Allied K280-70 Crane, Starboard, Annual Inspect and Repair Allied K280-70 Crane, Port, Annual Inspect and Repair Allied T60-60 Crane, Annual Inspect and Repair Deck (Polymeric) Replace Plate Renewal Flex Hose Assemblies, Renew Fuel Oil Purifier (FOP) Overhaul, 4000 Hour Lube Oil Purifier (LOP) Overhaul, 4000 hour Hydraulic Oil Purifier (HOP) Overhaul, 4000 Hour Fuel Oil Purifier Feed Pump, Overhaul Ventilation Systems, Commercial Clean Fan Room 1-155-4-L, Recondition Vaneaxial Fan Overhaul Centrifugal Fan Overhaul Vent Ducting Renewal, Diesel 2 Vent Ducting Renewal, Motor Room Chilled Water System Insulation Renewal CPO Shower, Repair Main Motor Temperature Regulators, Overhaul and Reposition EDG Vent Louver, Free Up Anchor Chain Pipe, Insulate Mooring Bitt Renewal U/W Body, Preserve, Partial Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Please provide feedback on the following with your response: 1. What is your drydock availability for a drydock capable of docking POLAR STAR between April and October 2019? Please provide all open windows. 2. What is the minimum value per day that would trigger a business decision whether or not to propose on POLAR STAR's Dry Dock Availability? Responses are due no later than 10:00 a.m. Pacific time, November 28, 2018 Send responses electronically to Wilma Estrada at Wilma.L.Estrada@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08519IP45051/listing.html)
 
Place of Performance
Address: PS home port at 1519 Alaskan Way South, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN05148520-W 20181111/181109230346-ff444bbd7bdf3bd5de701a2ae69e9f25 (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.