SOLICITATION NOTICE
J -- USCGC BUCKTHORN (WLI-642) DRYDOCK
- Notice Date
- 3/13/2008
- 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
- 00000
- Solicitation Number
- HSCG80-08-Q-3FAE18
- Response Due
- 3/21/2008
- Archive Date
- 3/13/2009
- Point of Contact
- Arlene Woodley, Contract Specialist, Phone (757) 628-4645, Fax (757) 628-4676, - Michael Monahan, Supervisory Contract Specialist, Phone 757-628-4639, Fax 757-628-4676
- E-Mail Address
-
Arlene.V.Woodley@uscg.mil, Michael.E.Monahan@uscg.mil
- Description
- The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for Dry Dock repairs to the USCGC BUCKTHORN (WLI-642). The Coast Guard intends to conduct the 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 acquisition will be solicited UNRESTRICTED. The simplified acquisition will be issued as a Best Value, Request for Quote (RFQ) on or about April 1, 2008. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at www.eps.gov. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all request via e-mail to Arlene.V.Woodley@uscg.mil. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFQ release and all subsequent amendments. FEDBIZOPS also contains an option automatic notification service. The standard industrial classification code is 3731 and the NAICS is 336611. The home port of the vessel is Sault Ste. Marie, MI. All work will be performed at the contractor?s facility. The performance period will be 42 calendar days with a start date on or about July 14, 2008. The scope of the acquisition is: 1) Renew Valves; 2) Renew Aft Steering Insulation; 3) Renew Potable Water Tank Vents; 4) Clean and Disinfect Potable Water Tanks; 5) Preserve Buoy Working Areas; 6) Fabricate Deck Drains and Associated Piping; 7)Overhaul Berthing Compartments; 8) Preserve Freeboard; 9)Reseal One Step Deck Covering Systems; 10)Preserve Underwater Body; 11)Remove, Inspect, and Reinstall Propeller Shafts; Inspect Propulsion Shaft Fairwaters; Inspect Propulsion Shaft Bearing; 12)Remove, Inspect, and Reinstall Propellers; 13) Remove, Inspect, and Reinstall Rudder Assemblies; 14)Clean SSDG Exhaust Stack Uptake; 15)Renew Propeller Shaft Seals; 16)Inspect and Preserve Spud and Spud Well Surfaces; 17)Clean, Inspect, and Test Grid Coolers; 18)Remove and Reinstall Interferences for Ship?s Structure and Machinery Evaluation Board Inspection; 19)Renew Transducer and Preserve Transducer Hull Ring; 20)Routine Drydocking; 21)Provide Temporary Logistics. Trained welders who have been certified by the applicable regulatory code performance qualification procedures shall accomplish all welding and brazing. THE GEOGRAPHIC RESTRICTION IS THE GREAT LAKES. For further information or questions regarding this solicitation, please contact Arlene Woodley at (757) 628-4645, or by e-mail at Arlene.V.Woodley@uscg.mil.
- Record
- SN01531651-W 20080315/080313223554 (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 |