Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOLICITATION NOTICE

J -- DRYDOCK AND REPAIRS USCGC BAINBRIDGE ISLAND (WPB-1343)

Notice Date
1/8/2004
 
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
DTCG80-04-Q-3FA588
 
Response Due
2/24/2004
 
Archive Date
1/31/2005
 
Point of Contact
Barbara Kuklinski, Contract Specialist, Phone (757)628-4648, Fax (757)628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676,
 
E-Mail Address
bkuklinski@mlca.uscg.mil, mmonahan@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation and specifications will be issued electronically at www.Fedbizopps.gov on or around January 23, 2003. Quotes will be due around February 24, 2003. Sign up for automatic notification on FEDBIZOPPS at www.Fedbizopps.gov is recommended. If you have questions regarding FEDBIZOPPS, contact Barbara Kuklinski at (757) 628-4648 or email BKuklinski@mlca.uscg.mil. This solicitation is set aside for small business concerns. All responsible small business concerns may submit an offer, which shall be considered by the United States Coast Guard. The place of performance for this vessel is geographically restricted from Jonesboro, ME to Shallottee Inlet, NC. Provide all labor, material and equipment necessary to perform drydock repairs onboard the USCGC BAINBRIDGE ISLAND (WPB-1343) including but not limited to the following Base Items: (1) Inspect Skeg Top Plant in Engine Room; (2) Remove, Inspect and reinstall propeller shafts; (3) Inspect bronze sleeves in various shaft packing areas; (4) Renew water lubricated propeller shaft bearings; (5) Remove, inspect and reinstall propellers; (6) Preserve transducer hull ring; (7) Renew valves; (8) Overhaul and renew sea strainers; (9) Remove, inspect and reinstall rudder assemblies; (10) Overhaul stabilizing fins; (11) Preserve bilge surfaces in aft steering compartment; (12) Preserve bilge surfaces in battery space compartment; (13) Preserve forward peak compartment; (14) Insulate and preserve aft steering space; (15) Insulate and preserve battery space; (16) Insulate and preserve EM storage space; (17) Preserve bilge surfaces in engine room; (18) Preserve bilge surfaces in auxiliary space; (19) Preserve underwater body; (20) Preserve freeboard; (21) Inspect and maintain Cathodic protection system; (22) Renew Capastic Fairings; (23) Renew floating deck in galley and mess deck; (24) Renew aft berthing floating deck system; (25) Provide temporary logistics; (26) Routine drydocking; (27) Create forward peak void; (28) Inspect MDE exhaust system and install new exhaust valves; and (29) Install new type shaft seal assemblies. Option Items include but are not limited to the following: (1) Welding repairs; (2) Renew Engine Room Skeg Top Plate; (3) Perform stern tube/strut alignment inspection; (4) Inspect government furnished propeller shaft; (5) Remove, fabricate, fit and install shaft packing bronze sleeves; (6) Repair propeller root erosion; (7) Balance propeller; (8) Renew rudder upper and lower bearing; (9) Renew lower fin stock bearing; (10) Renew Cathodic Anode; (11) Renew reference electrode; and (12) Provide additional temporary logistics. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. Vessel's homeport is located in Highlands, NJ. Vessel is a 110 Foot Coastal Patrol Boat. Vessel's availability schedule is for 60 calendar days starting May 24, 2004. The place of performance will be the contractor's facility within the geographically restricted area. 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. 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.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00500246-W 20040110/040108211532 (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.