|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1998 PSA#2235Commander (VPL), U.S. Coast Guard, Maintenance & Logistics Command
Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 J -- REPETITIVE MAINTENANCE FOR THE 378' WHEC, 270' AND 210' COAST
GUARD VESSELS IN THE ATLANTIC AREA SOL DTCG80-99-R-3FC702 DUE 121898
POC Contact Ms. Cindy Floyd, Contract Specialist, (757) 628-4653, Mr.
Douglas Landau, Contracting Officer, (757) 628-4638 Provide all labor,
services, and materials for repetitive maintenance for the USCG
High/Medium endurance cutters during the vessel's pierside
availability. Items include but are not limited to: Welding repairs,
renewing doors and hatches, cleaning ventilation system(s), overhauling
vaneaxial fan(s), inspecting and overhauling electro-hydraulic steering
system (210' WMEC), inspect and overhaul steering systems (270' "A" &
"B"-Class" WMEC), Overhaul anchor windlass assemblies (210' and 270'
"A" & "B" Class WMEC), overhaul warping capstan assembly (210', 270'
WMEC, & 378' WHEC), overhaul and weight test motor surf boat davit
assembly (210' "A" & "B" WMEC), overhaul and weight test articulating
crane (model 3409 H.M.C.), overhaul and weight test articulating crane
(Iowa Mold Tooling Co. Model M318) overhaul and weight test motor surf
boat davit assembly (270' "A" and "B" class WMEC & 378' WHEC), clean
and inspect sewage and grey water collection and holding tank(s),
preserve sewage and grey water collection and holding tank(s), clean
and inspect diesel fuel, JP-5 fuel, and waste oil tank(s), preserve
flight deck, renew deck covering (210' & 270' WMEC), and perform
ultrasonic testing. There will be a nonrefundable charge of $100.00 in
the form of a certified check or money order payable to the U.S. Coast
Guard for requested drawings. Plans and specifications will be issued
on or after 12 January 1999. A pre-proposal conference will be held at
MLCA, Norfolk, VA approximately 15 days after issuance of the
solicitation. This requirement is offered under the 8(a) program and
will be competed between 8(a) contractors. It is anticipated that an
Firm Fixed Price, Indefinite Delivery Indefinite Quantity contract with
an effective period of 48 months will result from this solicitation.
Evaluation will be made on past performance and price factors as
described in Section M of the solicitation. An award will be made in
each geographical area where the vessels are located unless an
offeror's prices exceed fair market price. Contractor's are to provide
a copy of their 8(a) certification from the Small Business
Administration with their proposal. Contractor's who are under the
developmental or transitional stage of the 8(a) program are eligible
for this procurement. All responsible sources may submit a offer which
shall be considered by the United States Coast Guard. This Notice is
for information purposes for Minority, Women-Owned and Disadvantaged
Business Enterprises: The Department of Transportation (DOT) Office of
Small and Disadvantaged Business Utilization (OSDBU) has a listed
program to assist minority, women-owned and disadvantaged business
enterprises to acquire short-term working capital assistance for
transportation-related contracts. Loans are available under the DOT
Short Term Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is $500,000.
For further information and applicable forms concerning the STLP, call
the OSDBU at (800)532-1169. For information concerning the acquisition,
contact the Contracting Official listed above. Note 26 Posted 12/02/98
(W-SN276391). (0336) Loren Data Corp. http://www.ld.com (SYN# 0031 19981204\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|