Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

J -- Drydock and Repair of the USCGC TACKLE (WYTL 65604)

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
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-3FAB61
 
Response Due
4/18/2004
 
Archive Date
3/4/2005
 
Point of Contact
Kathryn Stark, Contract Specialist, Phone 757 628-4588, Fax 757 628-4676, - Mildred Anderson, Contracting Officer, Phone (757)628-4637, Fax (757)628-4675,
 
E-Mail Address
kstark@mlca.uscg.mil, manderson@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Coast Guard is setting aside this requirement for small businesses. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The simplified acquisition will be issued as a best value Request for Quotes (RFQ), on or about 19 March 04 with quotes due on or about 18 April 04. The request for quotation (RFQ) number is DTCG80-04-Q-3FAB61. The RFQ package and specifications will be issued electronically on the FedBizOpps web page on or about March 19, 2004 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 RFQ. The estimated value of this procurement is between $100,000 and $500,000. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC TACKLE (WYTL-65604), a 65 foot class A harbor tug whose homeport is located in Rockland, Maine. The minimum depth of water for the CGC TACKLE is 8 feet and the minimum height clearance is 35 feet. The CGC TACKLE is geographically restricted to transiting the Penobscot and Kennebec rivers. All work will be performed at the contractor?s facility. The performance period is for fifty-four (54) calendar days, and is expected to begin on or about July 12, 2004. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC TACKLE (WYTL-65604). THIS REQUIREMENT IS A SMALL BUSINESS 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: Clean sewage/grey water collection and holding tank, Remove, inspect, and reinstall propeller shaft, Renew water lubricated shaft bearings, Remove, inspect, and reinstall propeller, Perform minor repair and reconditioning of propeller, Clean, inspect, and test grid coolers, preserve transducer hull ring and adapter and renew transducer, Overhaul and renew valves, Remove, inspect and reinstall rudder assembly, Renew rudder upper carrier bearing assembly and seals, Renew rudder lower and pintle bearing assembly, Inspect various deck fittings, Preserve weather decks and underwater body, draft mark painting, Renew cathodic protection system, provide temporary messing and berthing, provide temporary logistics, Routine drydocking, Preserve surfaces in sewage void compartments, crew berthing area, lazarette compartment and bilge surfaces in port and starboard voids, Overhaul steering gear system, Preserve surfaces and install ballast in main hold, Inspect and upgrade welds in berthing, sewage void, and forepeak frames and shell plating. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. 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. Internet address: http://osdbuweb.dot.gov. For information concerning this acquisition contact the Contracting Official listed above. Questions may be referred to Ms. Kathy Stark at (757) 628-4588 or email to kstark@mlca.uscg.mil. Numbered note 1 applies.
 
Place of Performance
Address: Contractor's facility
 
Record
SN00536260-W 20040306/040304221545 (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.