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
SOLICITATION NOTICE

J -- USCGC TAMPA (WMEC-902) DRYDOCK REPAIRS

Notice Date
1/17/2002
 
Notice Type
Solicitation Notice
 
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-R-3FA815
 
Response Due
3/5/2002
 
Archive Date
7/15/2003
 
Point of Contact
Gail McDaniel, Contracting Officer, Phone 757-628-4649, Fax 757-628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
GMcDaniel@mlca.uscg.mil, mmonahan@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 on or around February 1, 2002. Proposals will be due around March 5, 2002. Sign up for automatic notification on FEDBIZOPPS at www.Fedbizopps.gov. If you have questions regarding FEDBIZOPPS, contact Gail McDaniel at (757) 628-4649 or email GMcDaniel@mlca.uscg.mil. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. All responsible sources may submit an offer, 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) Clean and Inspect Fuel Oil and Hydraulic Oil Tanks; (2) Clean and Inspect Voids and Ballast Tanks; (3) Remove, Inspect, and Reinstall Propeller Shaft; (4) Overhaul Stern Tube Seals; (5) Service Both Onboard Controllable Pitch Propeller Systems; (6) Preserve Transducer Hull Rings and Renew the V850 and Odom Echotracker Depth Indicating Transducers and a DSN-450 Doppler Speed Log Transducer; (7) Overhaul and Renew Valves; (8) Modify Stern Tube Seal Cooling Systems; (9) Service Fin Stabilizer Systems; (10) Service Rudder Assemblies and Install Bearing Vent Line; (11) Overhaul Anchors and Anchor Chains; (12) Preserve Chain Lockers; (13) Renew Draft Figures; (14) Modify and Renew Cathodic Protection System; (15) Provide Temporary Logistics; (16) Routine Drydocking; and (17) Install New Waste Oil Holding Tank and Associated Piping System. Option Items include but are not limited to the following: (1) Welding Repairs; (2) Remove, Inspect, and Reinstall Intermediate Shaft; (3) Remove, Inspect, and Reinstall Thrust Shaft; (4) Renew Shaft Covering (25% of Shaft); (5) Renew Water-Lubricated Shaft Bearings; (6) Renew Shaft Sleeves; (7) Remove and Reinstall Controllable Pitch Propeller Hubs; (8) Renew Fin Shaft Sleeve; (9) Preserve Voids and Ballast Tanks, Minor Coating Repairs; (10) Preserve Underwater Body; (11) Preserve Freeboard; (12) Provide Additional Temporary Logistics; (13) Composite Labor Rate; (14) Lay Days. Vessel's homeport is located in Portsmouth, Virginia. Vessel is a 270 Foot "A-Class" Medium Endurance Cutter. Vessel's availability schedule is for 49 calendar days starting May 29, 2002. The place of performance for this vessel is geographically restricted to 75 miles of its home moorings in accordance with homeport policy COMDTINST 3100.5. 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.
 
Record
SN20020119/00015602-020118090243 (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.