Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1998 PSA#2235

Commander (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