Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

J -- Drydock Repairs to the USCGC Juniper (WLB-201)

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
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
HSCG80-09-Q-3FA669
 
Archive Date
12/21/2009
 
Point of Contact
Tomeka Evans,, Phone: 757-628-4666, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
tomeka.evans@uscg.mil, mildred.a.FIGUEREO@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
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 Juniper (WLB-201), a 225 foot “A” class seagoing buoy tender. 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 a Total Small Business Set-aside. All responsible small businesses 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 January 9, 2009 with quotes due on or about January 20, 2009. 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 all small business concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC Juniper’s homeport is Newport, Rhode Island. The place of performance will be at the contractor’s facility. The vessel is restricted to a facility not greater than 630 nautical miles from the cutter’s homeport. The performance period is sixty-eight (68) calendar days and is expected to begin on or about March 30, 2009. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Juniper (WLB-201). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Juniper (WLB-201). This work will include, but is not limited to clean and inspect chain lockers, remove, inspect, and reinstall propeller shaft, overhaul stern tube seal assembly, inspect controllable pitch propeller system, modify stern tube seawater supply system, renew depth indicating transducers, overhaul and renew sea valves, clean, inspect, and preserve sea bay, remove, inspect, and reinstall rudder assembly, perform maintenance on hydraulic chain stopper, inspect and repair anchor, anchor chain, and ground tackle equipment, prepare and prime foc’sle weather deck, renew auxiliary seawater piping, preserve chain locker – partial or 100%, preserve stern tubes, preserve buoy working areas, preserve underwater body – partial or 100%, preserve freeboard surfaces – partial (in drydock), inspect and maintain Cathodic Protection System, routine drydocking, provide temporary logistics, inspect thruster units, composite labor, 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b418a0e0d4e3df5e645af5321ca5d688&tab=core&_cview=1)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., 00000, United States
Zip Code: 00000
 
Record
SN01722007-W 20081221/081219215214-b418a0e0d4e3df5e645af5321ca5d688 (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.