Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

J -- USCGC FINBACK DRYDOCK REPAIRS

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, 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
DTCG80-03-Q-3FAB37
 
Archive Date
5/16/2003
 
Point of Contact
Mia Grant, Contract Specialist, Phone (757) 628-4647, Fax (757) 628-4675,
 
E-Mail Address
mgrant@mlca.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U. S. Coast Guard is issuing a synopsis to advertise a HUBZone set-aside requirement for commercial items. Price and past performance will be evaluated. The request for quotation (RFQ) number is DTCG80-03-Q-3FAB37. The solicitation package and specifications will be issued electronically on the FedBizOpps web page on or about April 11, 2003 at http://www.eps.gov/. Please sign up for the Automatic Notification Service to receive e-mail from FEDBIZOPPS when an action is taken under this solicitation. 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 FINBACK (WPB-87314), an 87-foot patrol boat whose homeport is located at 1 Munro Avenue, Cape may, NJ. All work will be performed at the contractor?s facility. The performance period is for forty-two (42) calendar days, and is expected to begin on or about July 1, 2003. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC FINBACK (WPB-87314). THIS REQUIREMENT IS HUBZONE SET-ASIDE FOR COMMERICAL ITEMS AND WILL BE EVALUATED USING PAST PERFORMANCE AND PRICE AS THE ONLY FACTORS. This work will include, but is not limited to: 1) Clean Grey Water Collection and Holding Tanks, (2) Realign Main Engine/Reduction Gear, (3) Remove, Inspect and Reinstall Propeller Shafts, (4)Renew Water-Lubricated Shaft Bearings, (5) Renew Propeller shaft Bearing Housing, (6) Remove, Inspect and Reinstall Propellers, (7) Perform Minor Repair and Recondition of Propeller, (8) Preserve Transducer Hull Ring(s), (9) Overhaul and Renew Valves, (10) Inspect and Clean Sea Strainers, (11) Remove, Inspect, and Reinstall Rudder Assemblies, (12) Preserve Underwater Body, (13) Preserve Freeboard, (14) Renew Cathodic Protection System, (15) Provide Temporary Berthing, (16) Provide Temporary Logistics, (17) Routine Drydocking, (18) Renew Stern Tubes, (19) Install Structural Reinforcements Brackets for Spray Chine, (20) Modify Structures in Engine Room, Lazerette and Skegs, (21) Preserve RIB Wet Notch Deck and Stern Door Interior Surface. (22) Composite Labor and (23) Travel and Per Diem. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. Funds are available for this procurement. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are now available on CD-ROM. The CD-ROM sets are available and will be free of charge to contractors upon request. MLCA must have ten (10) days advance notice to complete a CD-ROM set of drawings. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Drawings are still available in hardcopy; however, a non-refundable charge of $150.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. Plans and specifications will be issued on or about April 11, 2003. All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. "Attention: Minority, Women-owned, and Disadvantaged Business Enterprises (DBE's)! The Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information and applicable forms concerning STLP call 1-(800)-532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning this acquisition contact the Contracting Official listed above. Numbered Note 27 applies. Questions may be referred to Ms. Mia Grant at (757) 628-4647 or email to mgrant@mlca.uscg.mil.
 
Place of Performance
Address: Contractor's Facilities
 
Record
SN00301415-W 20030413/030411213055 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.