Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
MODIFICATION

J -- USCGC POLAR STAR OR SEA (WAGB-10 OR 11) MAIN DIESEL ENGINE BLOCK REPLACEMENT AND CENTER SECTION OVERHAUL AND MISCELLANEOUS REPAIRS TO SHIPBOARD SYSTEMS

Notice Date
2/20/2004
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG-04-R-625067
 
Response Due
3/23/2004
 
Archive Date
9/30/2004
 
Point of Contact
Glenna Wing, Contracting Officer, Phone (206) 217-6942, Fax (206) 217-6976, - Linda Cho, Contract Section Supervisor, Phone 510-437-3393, Fax 510-437-3392,
 
E-Mail Address
gwing@pacnorwest.uscg.mil, lcho@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Correct Solicitation number to read DTCG85-04-R-625067. The vessel for this solicitation has now been identified as the USCGC POLAR STAR. However, due to unforeseen recent events this ship will now require drydocking for Hub replacement. The period of performance is changed to 28 April through 30 September 2004. The Coast Guard expects the successful contractor to Drydock the ship remove Hubs as soon as the availability starts. The solicitation will now be issued on or about February 23, 2004 with a proposal closing date of March 23, 2004. This solicitation will be a Total Small Business Set-Aside, and best value procurement. The place of performance has been changed to contractor’s facility. It is Geographically restricted to within 200 road miles of the vessels Homeport, which is Pier 36, ISC Seattle, WA and foreseeable costs will be an evaluation factor for award. There has been additional work established in the package, the definite work items now include but are not limited to: Production Control, Gantt Bar Chart Provide; Deck Renewal, Fan Space; No. 2A Main Diesel Engine Block Replacement and Center Section Overhaul; No. 2B Main Diesel Engine Block Replacement and Center Section Overhaul; No. 3B Main Diesel Engine Block Replacement and Center Section Overhaul; Shaft Seal Cooling Filter Modifications; Propulsion Shaft Seals Disassemble, Inspect, and Reassemble; Centerline Propulsion Propeller Removal And Reinstallation; Port Propulsion Propeller Removal and Reinstallation; Starboard Propulsion Propeller Removal and Reinstallation; SSDG Jacket Water Cooler Upgrade; Uncontaminated Science Seawater Overboard Drain Piping; MDE Jacket Water Coolers Clean/Inspect/Hydro; No. 3 SSDG Center Section Overhaul And 251 Plus Upgrade; SSDG Turbocharger Modification; Gage Lines and Piping Hangers; Johnson Control Systems Groom and Service; Fuel Oil Supply and Return Isolation Valve Renewal; 15-Ton Crane Level 1 Inspection and Test; 15-Ton Crane Swivel Modification; 3-Ton Crane Level 1 Inspection and Test; Replace 15-Ton And 3-Ton Crane Hydraulic Motors; Wet Lab Distilled Water Piping; Temporary Services, Dockside Provide; Temporary Services, Drydock Provide; Drydocking Accomplish plus four option items of MDE Turbocharger Modification; Renew Main Diesel Engine Mounts; CPP Hydraulic System Inspection And Hot Oil Flush; and Miscellaneous Saltwater Piping Renewals. No additional ship checks will be available for the additional work. For 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 the prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information concerning the STLP call the OSDBU at 1-800-532-1169. The solicitation will be available via electronic means on the FedBizOpps website at www.eps.gov; drawings will be provided upon request in CD-ROM format only. The specifications package will be posted at www.Fedteds.gov, in order to open and download the specifications, the contractor must register in FedTeds using their CCR data. Email will arrive in 48 hours to contractor authorizing access. A link to the specification will be made available at the www.fedbizopps.gov site when the RFP is posted. For further information concerning the acquisition, contact the Contracting Officer listed.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/VPLMLCP/DTCG-04-R-625067/listing.html)
 
Record
SN00527419-F 20040222/040220232843 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.