Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOLICITATION NOTICE

20 -- DRYDOCK FOR USCGC MALLET (WLIC-75304) AND 84 FT BARGE (84002)

Notice Date
10/14/2008
 
Notice Type
Modification/Amendment
 
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, Virginia, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG8009Q3FA087
 
Point of Contact
Nancy M Brinkman,, Phone: 757-628-4579, Michael E Monahan,, Phone: 757-628-4639
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, michael.e.monahan@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT TO THE PRESOLICITATION NOTICE: AMENDMENT IS TO CORRECT THE AREA OF GEOGRAPHICAL RESTRICTION - TO 650 NAUTICAL MILES OF CORPUS CHRISTI, TX. The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for Dry Dock and repairs to the USCGC MALLET (WLIC-75304) 75 FOOT CUTTER AND 84 FOOT BARGE (CGB-84002). 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 simplified acquisition will be issued as a Full and Open Competition, Request for Quote (RFQ), on or about October 24, 2008. The solicitation will be issued electronically via the Federal Business Opportunity web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. Hard copies of the specification and solicitation will not be issued. The NAICS Code is 336611. The Geographical restriction for these vessels is 650 Nautical MIles of Corpus Christi, TX. All work will be performed at the contractor’s facility. The performance period is schedule for one hundred-twenty (120) calendar days and is expected to begin on or about 09 Feb 2009. The scope of the acquisition will include, but is not limited to: 1.Clean and Inspect Fuel Stowage and Overflow Tanks. 2.Clean and Inspect Sewage Collection and holding Tank. 3.Overhaul and Renew Sea Valves. 4.Preserve Spud Well Surfaces. 5.Perform Ultrasonic Thickness Measurements – Underwater Hull Plating – Tender. 6.Perform Ultrasonic Thickness Measurements – Underwater Hull Plating – Barge. 7.Shrink Wrap Crane. 8.Preserve Underwater Body (Barge) – Partial. 9.Preserve Underwater Body – Partial. 10.Preserve Tender Freeboard Surfaces – Partial. 11.Preserve Barge Freeboard Surfaces – Partial. 12.Preserve Buoy Deck. 13.Preserve Superstructure. 14.Renew Cathodic Protection System. 15.Routine Drydocking. 16.Provide Temporary Logistics. 17.Renew Hull Plating and Framing. 18.Renew Fire Pump Foundation – Barge. 19.Preserve Bilge Surfaces. 20.Renew Depth Indicating Transducers. 21.Clean, Inspect, and Test Duplex Strainers –Tender. 22.Clean, Inspect, and Test Duplex Strainers – Barge. 23.Renew Barge Hatch. 24.Renew Handrail Piping. 25.Inspect Various Deck Fittings. 26.Renew Windows. 27.Steering Equipment Replacement. 28.Propulsion System Upgrade. 29.Renew Barge and Tender Towing Knees. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Trained welders who have been certified by the applicable regulatory code performance qualification procedures shall accomplish all welding and brazing. For further information or questions regarding this solicitation, please contact Nancy Brinkman at (757) 628-4579, or by email at Nancy.M.Brinkman@uscg.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fea0ba7e4017b6f8c85394d6adbd1673&tab=core&_cview=1)
 
Place of Performance
Address: CONTRACTORS FACILITY, United States
 
Record
SN01691581-W 20081016/081014220253-fea0ba7e4017b6f8c85394d6adbd1673 (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.