Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

J -- DRYDOCK REPAIRS TO THE USCGC BRANT (WPB-87348)

Notice Date
3/20/2008
 
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-3FAE42
 
Point of Contact
Tomeka Evans, Contracts Specialist, Phone 757-628-4666, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676
 
E-Mail Address
tomeka.evans@uscg.mil, Vanessa.A.Nemara@uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for the dry dock and repairs to the USCGC Brant (WPB-87348), an 87 foot patrol boat. 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. This procurement will be set-aside for HUBZone small business concerns. All responsible HUBZone small business concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The small business size standard for NAICS 336611 is less than 1,000 employees. The solicitation will be issued electronically as a Best Value Request for Quote (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about April 11, 2008 with quotes due on or about May 9, 2008. Please sign up for the Auto Notification Service to receive an e-mail from FedBizOpps when an action is taken under this solicitation. This commercial item requirement is set-aside for HUBZone small business concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC Brant's homeport is Corpus Christi, Texas. The place of performance will be at the contractor's facility. There is no geographic restriction. The performance period is forty-two (42) calendar days and is expected to begin on or about July 7, 2008. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Brant (WPB-87348). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Brant (WPB-87348). This work will include, but is not limited to Base Items: clean and inspect fuel and waste oil tanks (excludes disposal), clean and inspect sewage and grey water tanks, remove, inspect, and reinstall propeller shafts, perform stern tube/strut alignment inspection, remove, inspect, and reinstall propellers, renew transducers and preserve transducer hull ring, overhaul simplex sea strainers, remove, inspect, and reinstall rudder assemblies, preserve forepeak compartment, preserve RHIB wet notch deck and stern door interior surface, coating system visual inspection, painting of draft marks, preserve freeboard, renew cathodic protection system, inspect transducer fairing, routine drydocking, provide temporary logistics, ultrasonic thickness measurements (includes 200 UT shots), renew main diesel engine exhaust concentric rings, install AFFF bilge sprinkler system, install a/c rupture disk overboard vent line, preserve forward peak compartment, overhaul and renew valves, renew 3 inch seachest valve flange and up to 1 foot of associated piping, renew 8 inch seachest valve flange and up to 1 foot of associated piping, preserve main deck, GFP report in accordance with solicitation, Optional Items: welding repair: crack repair (steel and aluminum), steel plate (5.0 or 5.1# steel and 3/16 inch steel shell plating), overlay welding (steel and aluminum), eroded weld renewal (steel and aluminum), stud renewal (stainless steel), longitudinal angle iron renewal, 2-1/2 inch x 2 inch x 3/16 inch (steel), and/or chine renewal, 3/16 inch steel plate, realign main engine/reduction gear, inspect government-furnished propeller shaft, repair shaft, straighten shaft, renew water-lubricated shaft bearings, renew intermediate bearing, renew aft bearing, renew propeller, perform minor repair and reconditioning of propeller, renew rudder lower bearing, renew studs, preserve underwater body, coating system thickness testing, condition A (entire U/W body), condition B (entire U/W body), condition C (10% of entire U/W body), condition C (entire U/W body), renew transducer fairing, additional fuel removal and disposal (up to 250 gallon), provide additional temporary logistics, additional UT shots (50 UT shots per set), composite labor rate, and laydays. 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 now available on CD-ROM. The CD-ROM is available free of charge to contractors upon request not later than four (4) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, contact Ms. Tomeka Evans at (757) 628-4666 or by e-mail at tomeka.evans@uscg.mil.
 
Place of Performance
Address: The place of performance is at the contractor's facility.
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01537277-W 20080322/080320223610 (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.