COMMERCE BUSINESS DAILY ISSUE OF JUNE 21, 2001 PSA #2877
SOLICITATIONS
J -- USCGC GENTIAN (WIX-290) DRYDOCK REPAIRS
- Notice Date
- June 19, 2001
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command -- Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- DTCG80-01-B-3FJ17
- Response Due
- August 9, 2001
- Point of Contact
- Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, Email kbrumfiel@mlca.uscg.mil -- Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675, Email VNemara@MLCA.USCG.MIL
- Description
- The U. S. Coast Guard has decided not to set aside this acquisition for HUBZone concerns, because no HUBZone certified business concerns complied with the requirements of the sources sought synopsis. The solicitation and specifications will be issued electronically at www.Fedbizopps.gov and upon request by mail on or about July 9, 2001. Bids will be due on or about August 9, 2001. Sign up for automatic notification on FEDBIZOPPS at www.Fedbizopps.gov. If you have questions regarding FEDBIZOPPS, contact Mr. Kevin Brumfiel at (757) = 628-4635 or email kbrumfiel@mlca.uscg.mil. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. All responsible sources may submit a bid, which shall be considered by the United States Coast Guard. Provide all labor, material and equipment necessary to perform drydock repairs including but not limited to the following Base Items: (1) Remove, Overhaul, and Reinstall Air Ports; (2) Clean, Inspect, and Preserve Diesel Fuel and Oil Tank(s); (3) Clean, Inspect, and Disinfect Potable Water Tank(s); (4) Clean and Inspect Void(s); (5) Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; (6) Renew Deck Penetrations; (7) Renew Hatch; (8) Renew Main Propulsion Generator Pedestal Bearing; (9) Remove, Inspect, and Reinstall Propeller Shaft; (10) Remove and Reinstall Propeller, (11) Preserve the Transducer Hull Ring and Renew the Depth Indicating Transducer; (12) Clean Shipboard Ventilation Systems; (13) Renew Piping and Cooling Pumps for Refrigeration System; = (14) Overhaul, Renew, and Test Valves; (15) Inspect and Test Air Receivers; (16) Remove, Inspect, and Reinstall Rudder Assembly; (17) Disassemble and Inspect the Bow Thruster; (18) Inspect, Overhaul, and Test Weight Handling Equipment-Level II; (19) Overhaul Anchor(s) and Anchor Chain(s); (20) Overhaul and Weight Test Shipboard Davit Crane; (21) Overhaul and Test Sea Ark (UTL) Davit; (22) Preserve Chain Locker and HAWSE Pipe; (23) Preserve Buoy Deck; (24) Preserve Underwater Body; (25) Preserve Freeboard; (26) Preserve Exterior White Surfaces; (27) Provide Temporary Messing; (28) Provide Temporary Berthing; (29) Inspect and Test Relief Valves; (30) Provide Temporary Logistics; (31) Routine Drydocking and (32) GFP report in accordance with Solicitation Section H;. Option Items include but are not limited to the following: (1) Welding Repairs; (2) Renew Shaft Covering; (3) Renew Stern Tube Bearing; (4) Renew Shaft Sleeves; (5) Perform Minor Repair and Reconditioning of Propeller; (6) Renew Rudder Bushing; (7) Renew Rudder = Pintle Bushing; (8) Preserve and Disinfect Potable Water(s); (9) Preserve Void(s); (10) Preserve Sewage and Grey Water Collection and Holding Tank(s); (11) Provide Additional Temporary Messing; (12) Provide Additional Temporary Berthing; (13) Ultrasonic Testing; (14) Provide Additional Temporary Logistics; (15) Composite Labor Rate; and (16) Laydays.=20 Vessel's homeport is located in Miami Beach, Florida. Vessel is a 180 Foot Seagoing Buoy Tender. Vessel's availability schedule is for 55 calendar days starting on or about October 1, 2001. The place of performance for this vessel is at the contractor?s facility and is not geographically restricted. Orders for U. S. Coast Guard specification reference drawings must be placed within ten (10) days from the solicitation issuance date. There will be a non-refundable charge of $150.00 required in the form of a certified check or money order payable to the U. S. Coast Guard, MLCA, for a set of hard copy drawings. Drawings are now available on CD-ROM. The CD-ROM sets are = available for all cutters and will be provided free of charge. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.). All other referenced documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, Virginia. Funds are available for this procurement. This notice is for information purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU) has a 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 1-800-532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning the acquisition, contact the Contracting Official listed above. Numbered Note 26 applies.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/COUSCGMLCA/DTCG80-01-B-3FJ17/listin= g.html)
- Record
- Loren Data Corp. 20010621/JSOL007.HTM (D-170 SN50P427)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on June 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|