Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

J -- USCGC MOBILE BAY (WTGB-103) DOCKSIDE REPAIRS

Notice Date
5/5/2005
 
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
HSCG80-05-Q-3FAJ41
 
Response Due
5/20/2005
 
Archive Date
7/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard is setting aside this acquisition for Small Business concerns. 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 NAICS Code is 336611 and the SIC is 3731. The performance period will be thirty-six (36) calendar days, commencing on or about July 18, 2005. The acquisition is for Dock Side Repairs to the USCGC MOBILE BAY (WTGB-103), a 140 Foot Icebreaking Tug, homepiered in Sturgeon Bay, WI. This will be issued as a best value Request for Quotes (RFQ), utilizing past performance and price, on or about May 6, 2005 with quotes due on or about May 20, 2005. The RFQ will be issued via the Federal Business Opportunities (FEDBIZOPS) web page www.eps.gov. Hard copies of the specification and solicitation will not be issued. The scope of the acquisition is to provide all labor, material, and equipment necessary to perform dockside repairs including, but not limited to the following: welding repairs; clean exhaust stack piping and spark arrestors; clean and inspect ship?s service diesel generators; clean ventilation system fan space; inspect, overhaul and test Appleton aton crane; preserve weather decks; renew hatches; test ship service generator and shore-tie circuit breakers; remove port radar saop; renew hot water heater; renew #1 and #2 l/o pump assemblies; install government furnished release hooks and non-destructive test release hook foundations; provide temporary logistics. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. Funds are available for this procurement. 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 free of charge to contractors upon request not later than three (3) days from the solicitation issuance. 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 small business sources may submit a quote, which shall be considered by the United States Coast Guard. For further information or questions regarding this solicitation, please contact Mrs. Lisa Dieli, Contract Specialist, at (757) 628-4647 or Mr. Louis Romano, Contracting Officer, at (757) 628-4651 or by e-mail to ldieli@mlca.uscg.mil or lromano@mlca.uscg.mil or fax (757) 628-4676.
 
Place of Performance
Address: STURGEON BAY, WI
Zip Code: 54235
Country: UNITED STATES
 
Record
SN00801359-W 20050507/050505211536 (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.