Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

J -- USCGC ANVIL (WLIC 75301) DRYDOCK REPAIRS

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-07-Q-3FA712
 
Response Due
3/9/2007
 
Archive Date
9/30/2007
 
Point of Contact
Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676,
 
E-Mail Address
Cindy.E.Floyd@uscg.mil, Vanessa.A.Nemara@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The procurement is a Small Business Set-Aside. All responsible Small Business Concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The solicitation will be issued electronically on the FEDBIZOPPS web page on or about February 21, 2007, 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 COMMERCIAL ITEM REQUIREMENT IS SET-ASIDE FOR SMALL BUSINESS CONCERNS AND WILL BE EVALUATED USING PAST PERFORMANCE AS THE MOST IMPORTANT EVALUATION FACTOR. TECHNICAL EVALUATION WILL ALSO BE RATED. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for drydock repairs to the USCGC ANVIL (WLIC 75301), a 75 foot ?A? Class Construction Buoy Tender. The homeport of the USCGC ANVIL is located at Charleston, South Carolina. The repairs shall be performed at the contractor?s facility. The performance period is 72 calendar days and is expected to begin on or about April 16, 2007. The evaluation on this procurement will be as follows: Past Performance is more important than price however, a technical evaluation will be performed on main engine and shafting changeout and SSDG Replacement, Ventilation Upgrade, and Fire Suppression Installation. Contractors are to provide any information with experience in these areas such as at least two references with point of contacts and telephone numbers. THIS PROCUREMENT IS GEOGRAPHICALLY RESTRICTED AS FOLLOWS: WILMINGTON, N.C. TO FORT PIERCE, FL. NO TRANSIT IN OPEN WATER. The work items include but are not limited to: Welding Repairs; Clean and Inspect Fuel Tanks and Tender Tanks; Remove and dispose of fuel; Clean Sewage Tanks; UT shots; Straighten shaft; Perform minor repairs and reconditioning of propeller; Preserve and repair transducer hull rings; Overhaul duplex sea strainers; Renew valves and waster piece; Preserve spuds and spud well surfaces and renew spud well liners; Renew spud well; Shrink wrap crane, Preserve buoy deck; Preserve underwater body; Coating system visual inspection and thickness testing; Painting of Draft Marks Barge and Tender; Condition B or C of the barge and tender; Preserve Freeboard of Tender; Renew Cathodic Protection System; Routine drydocking; Provide Temporary Logistics; Renew barge rubrails; Overcoat remainder of barge freeboard; Renew barge engine overboard exhaust piping; Preserve barge bilges; Renew hot water heater; Preserve push knee channels and renew rubber blocks; Renew tender push knee channels; Steering gear and rudder mods; Main Engine and shafting changeout; SSDG replacement, ventilation upgrade, and fire suppression installation. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are not available on CD-ROM. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request (5 days from solicitation issuance) MLCA must have five (5) 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. Questions may be referred to Cindy Floyd at (757) 628-4653. Note 1 applies. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-07-Q-3FA712/listing.html)
 
Record
SN01234411-F 20070218/070216230054 (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  © 1994-2020, Loren Data Corp.