Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOLICITATION NOTICE

J -- Steel Weather Decks Repairs

Notice Date
4/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, FL, 33131-3050
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-05-Q-3NS482
 
Response Due
5/16/2005
 
Archive Date
5/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-22 effective 05 April 2004. The requirement is being solicited as a 100% Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code is 336611 with a Small Business Size Standard of 1000 employees. Solicitation number DTCG28-05-Q-3NS482 applies. A Firm Fixed Price Purchase Order is anticipated. The Contractor to provide all equipment, labor and materials to Preserve Steel Weather Decks from frame 207 to stern (FANTAIL), and frame 53 to bow (FOC?SLE). The Contractor shall provide an on-site Technical Representative (Tech Rep) for the coating system application. The Contractor shall wrap, cover, or mask deck equipment, vents, deck fittings, deck openings, and all other non-affected equipment/components in the vicinity of the work area. Upon completion of painting operations, remove and dispose of the protective materials; and inspect for the presence of contamination or surface damage. Notify the COR, in writing, if contamination or surface damage has occurred, prior to removal of the contamination and repair of damage. The Contractor shall preserve the designated deck surfaces, including bitt and chock foundations, hatch covers, stanchion sockets, vent pipes, cleats, angle coaming area, and six inches up all adjacent vertical bulkheads and inboard areas of gunwales, in accordance with MLCA Standard Specification 63000N_STD, and as follows: Water-jet to achieve a ?WJ-2? visual surface cleanliness and a ?SC-2? non-visual surface cleanliness. Apply a dark grey (36076) UV resistant and low solar absorbing epoxy non-slip deck coating conforming to MIL-PRF-24667, Type III (with flexible membrane), Composition G, to the primed deck areas, excluding the non-skid exempted areas specified below in 3.3 (Top color coating for exempted surfaces), using the rollable skid method, in accordance with the paint manufacturer's instructions, or NSTM Chapter 634. Color coat the below-listed surfaces (exempted from non-slip coating application) with one coat of a dark grey (36076) top color coat, provided with the non-skid coating system kit, in accordance with manufacturer?s recommendations: Within two inches of deck fittings, hatches, welds, and protrusions, Within five inches of deck coaming, bulkheads, and deck edges, Within six inches of all deck edges and bulkheads, Beneath RHI Cradle, Air Compressor and Gas Rack foundations, Within two inches of deck foundations (two inches measured from outermost portion of foundation, for example, foundation brackets on anchor windlass),Over deck fittings. Top coat all areas with PSX-700 or equivalent coating (see section 4 of ?General Requirements?) thinned as per manufacturer recommendations. Specifications may be requested via email from rhughes@iscmiami.uscg.mil <mailto:rhughes@iscmiami.uscg.mil>, until copies are depleted. Place of Performance: USCGC THETIS (WMEC 910) is c/o CG Group Key West, Key West, FL. Period of Performance: 05/23 thru 05/29/2005. Site Visit dates: 05/02 thru 05/06/2005. POC is LTJG Candice Dameron (305) 292-8883. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004); FAR 52.212-3 Offerors Representations and Certification Commercial Items (JAN 2004), Offerors are to include a completed copy of this provision with their quote; FAR 52.212-4 Contract Terms and Condition Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items (APR 2004); FAR 52.252-1 Solicitation Provisions incorporated by reference and FAR 52.252-2 Clauses incorporated by reference. Full text may be accessed electronically at internet address www.arnet.gov/far. FAR 52.233-3 Protest After Award; FAR 52-222.3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.222-20 Walsh-Healey Public Contracts Act shall apply to this contract. Quotes may be submitted on company letterhead stationary as 1 JOB $______. FAR 52.212-3 Offeror, Representations and Certifications-Commercial Items must be completely filled out and must be included with your quote, which you may obtain by downloading the document from www.arnet.gov/far. All responsible sources may submit an offer which shall be considered. All interested, responsible firms should submit their quotation no later than 16 May 2005, 3:30 pm (EST), to Commanding Officer, USCG, ISC Miami (fp), 909 SE First Ave., Room 512, Miami, FL 33131-3050. Facsimile quotes are acceptable and may be forwarded via fax number (305) 415-7092, Attn: Rea Hughes. To receive an award the company must be registered in the Central Contractor Registration Database CCR http://www.dlis.dla.mil/ccr/default.asp. Email quotes are acceptable and may be forwarded to Ms. Rea Hughes at rhughes@iscmiami.uscg.mil.
 
Place of Performance
Address: COMMANDING OFFICER, USCGC THETIS, C/O COAST GUARD GROUP KEY WEST,, KEY WEST, FL, POC: LTJG CANDICE DAMERON (305) 292-8883.
Zip Code: 33040
Country: USA
 
Record
SN00790014-W 20050420/050418211519 (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.