Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
MODIFICATION

J -- Drydock and Repair of the USCGC BISCAYNE BAY (WTGB 104)

Notice Date
1/17/2002
 
Notice Type
Modification
 
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
DTCG80-02-Q-3FA708
 
Response Due
1/29/2002
 
Archive Date
1/17/2003
 
Point of Contact
Kathryn Stark, Contract Specialist, Phone 757 628-4588, Fax 757 628-4676,
 
E-Mail Address
kstark@mlca.uscg.mil
 
Description
The U. S. Coast Guard is modifying the previous notice as follows: this procurement will no longer be a set-aside for HubZone concerns only. This procurement is subject to the Small Business Competitiveness Program and is open to all businesses, large and small. The request for quotation (RFQ) number is DTCG80-02-Q-3FA708. The North American Industry Classification System (NAICS) code is 336611. The solicitation package and specifications will be issued electronically on the FEDBIZOPPS web page on or about January 30, 2002 at http://www.eps.gov/. Please sign up for the Automatic Notification Service to receive an e-mail from FEDBIZOPPS when an action is taken under this solicitation. Hard copies will be provided only upon written request to Kathryn Stark. The estimated value of this procurement is between $100,000 and $1,000,000,000. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC BISCAYNE BAY (WTGB 104), a 140-foot ice-breaking tug whose homeport is in St. Ignace, Michigan. This boat is restricted to transiting the Great Lakes. All work will be performed at the contractors facility. The performance period is for 49 calendar days, and is expected to begin on or about May 6, 2002. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC BISCAYNE BAY (WTGB 104). This work will include, but is not limited to: Base Items: Clean and inspect diesel fuel oil tanks, Clean and inspect voids, Clean and inspect sewage and grey water collection and holding tanks, Remove, inspect, and reinstall propeller shaft, Renew Shaft seals, Remove and reinstall propeller, Preserve transducer hull ring and renew V850 depth indicating transducer hull ring adaptor, Test and adjust relief valves, Overhaul and renew valves, Preserve and disinfect potable water tanks, Preserve voids, Renew draft figures, Provide temporary lodging, Provide temporary dining, Routine drydocking, Clean exhaust stacks and spark arrestors, and Renew sewage piping. Provide logistics to cutter for systems that are affected during overhaul such as protective deck covering material, storage (paint and flammable stores), toilets and showers. Optional items: Welding, Renew shaft sleeves, Renew shaft covering, Renew stern tube bearing staves, Renew waster pieces, Remove, inspect, and reinstall rudder assembly, Renew rudder bearings, Preserve underwater body, Provide additional temporary logistics, and Provide composite labor rate. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. If your firm intends to submit an offer on this acquisition, please respond by e-mail to kstark@mlca.uscg.mil or by fax (757) 628-4675/76. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. The contractor must request viewing of Coast Guard technical publications in writing at least 10 days prior to the date offers are due. Drawings are available on CD-ROM or in hard copy. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Questions may be referred to Ms. Kathryn Stark at (757) 628-4588 or Vanessa Nemara at (757) 628-4634. Your response is required by January 29, 2002.
 
Place of Performance
Address: Contractor's facility
 
Record
SN20020119/00015601-020118090242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.