Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

J -- DRYDOCK AND REPAIRS USCGC GANNET (WPB-87334)

Notice Date
3/9/2004
 
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-3FAB97
 
Response Due
4/8/2004
 
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 HUB-Zone
 
Description
The solicitation will be issued electronically on the FEDBIZOPPS web page on or about MARCH 18, 2004 at http://www.eps.gov/. Please sign up for the Auto Notification service to receive e-mail from FEDBIZOPPS when an action is taken under this solicitation. THIS REQUIREMENT IS HUBZONE SET-ASIDE FOR COMMERCIAL ITEMS AND WILL BE EVALUATED USING PAST PERFORMANCE AS AN EVALUATION FACTOR. Provide all labor, material and equipment necessary to perform drydock repairs to the USCGC GANNET (WPB-87334) including but not limited to the following Base and Option items: (1) Clean Sewage and Grey Water Collection and Holding Tanks; (2) Realign Main Engine/Reduction Gear; (3) Remove, Inspect, and Reinstall Propeller Shafts; (4) Inspect Government-furnished Propeller Shaft; (5) Straighten Shaft; (6) Renew Water Lubricated Shaft Bearings; (7) Renew Intermediate Bearing; (8) Renew Aft Bearing; (9) Remove, Inspect and Reinstall Propellers; (10) Package and Return Replaced Propeller; (11) Perform Minor Repair and Recondition of Propeller; (12) Preserve Transducer Hull Rings; (13) Overhaul and Renew Valves; (14) Remove, Inspect and Reinstall Rudder Assemblies; (15) Preserve Main Deck Surfaces; (16) Preserve Rib Notch Wet Deck and Stern Door Interior Surface; (17) Preserve Underwater Body; (18) Draft Mark Painting; (19) Modify and Renew Cathodic Protection System; (20) Provide Temporary Berthing; (21) Provide Temporary Messing; (22) Provide Temporary Logistics; (23) Routine Drydocking; (24) Modify Forward Deck Locker Water Tight Door; (25) Reinforce Engine Room, Skeg, and Strut Structures; (26) Replace SSDG Sea Water cooling System Overboard Valves with Flanged Valves; (27) Preserve Forward Peak Compartment; (28) Composite Labor Rate; (29) Travel and Per Diem; and (30) Lay Days. The vessel is an 87 Foot Patrol Boat. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. Vessel's homepier is located at DANIA BEACH, FL. All repairs are to be performed at the CONTRACTOR'S FACILITY. The place of performance for this vessel is geographically restricted from Brownsville, TX to Shallottee Inlet, NC. The performance period is FORTY-TWO (42) calendar days beginning on or about July 6, 2004. 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 for all cutters and will be free of charge to contractors upon request [ten days from solicitation issuance]. 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. 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 Notes 27 applies.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGMLCA/DTCG80-04-Q-3FAB97/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00540554-F 20040311/040309225424 (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.