Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
MODIFICATION

J -- CGC BEAR (WMEC 901) DRYDOCK REPAIR

Notice Date
3/14/2006
 
Notice Type
Modification
 
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
HSCG80-06-Q-3FAD09
 
Response Due
3/3/2006
 
Archive Date
8/30/2006
 
Description
Modification to the above Pre-solicitation is as follows: This requirement is being issued unrestricted, full and open to both small and large businesses. TheU.S. Coast Guard has decided not to set aside the acquisition for drydock repairs of the USCGC BEAR (WMEC 901) for Hubzone or Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The Coast Guard issued a sources sought synopsis seeking companies capable of drydocking the vessel (Reference number-DDBEAR WMEC901), Posted January 5, 2006, Response Date January 12, 2006. The USCGC BEAR is a 270 Foot ?A? Class Medium Endurance Cutter, homeported in Portsmouth, VA. Geographic Restriction: 75-mile radius of the homeport. All work will be performed at the contractor?s facility. The performance period is THRITY-NINE (39) calendar days beginning on or about June 26, 2006. The solicitation and specification will be issued on or about March 24, 2006 at http:www.fbo.gov. Award will be made to the responsible contractor whose offer, conforming to the RFQ, will be most advantageous to the government, price and other factors considered. The small business size standard is less than 1,000 employees. If you have questions, please contact Mia Robinson at (757) 628-4654 or email mrrobinson@mlca.uscg.mil. Provide all labor, material and equipment necessary to perform drydock repairs to the USCGC BEAR (WMEC-901) including but not limited to the following Base and Option items: Renew scuttle and modify drain line, Remove, inspect, and reinstall propeller shaft, Port propeller shaft, Starboard propeller shaft, Remove, inspect and reinstall intermediate shaft, Port intermediate shaft, Starboard intermediate shaft, Remove, inspect and reinstall thrust shaft, Port thrust shaft, Starboard thrust shaft, Overhaul stern tube seal assemblies, Remove and reinstall controllable pitch propeller hubs, Service both onboard controllable pitch propeller systems, Overhaul and renew valves, Upgrade reverse osmosis water maker, Convert A-class rudder stock to B-class configuration and install bearing vent line, Service fin stabilizer systems, Overhaul anchors and anchor chains, Preserve chain lockers, Preserve underwater body, Coating system visual inspection, Coating system thickness testing, Painting of draft marks, Preserve freeboard, Routine drydocking, Provide temporary messing, Provide temporary berthing, and Provide temporary logistics. 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 500, 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. 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. Please sign up for the Auto Notification service to receive e-mails from FEDBIZOPPS when an action is taken under this solicitation.
 
Place of Performance
Address: Contractor's facility
Country: US
 
Record
SN01005534-W 20060316/060314211554 (fbodaily.com)
 
Source
FedBizOpps 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.