Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

J -- Drydock Repairs to the USCGC Ridley (WPB-87328)

Notice Date
1/14/2009
 
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-3FA656
 
Archive Date
2/1/2010
 
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 Ridley (WPB-87328), 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 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 20, 2009 with quotes due on or about February 6, 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 Ridley’s homeport is Montauk, New York. The place of performance will be at the contractor’s facility. The vessel is restricted to a facility not greater than 540 nautical miles from the cutter’s homeport. The performance period is forty-two (42) calendar days and is expected to begin on or about April 6, 2009. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Ridley (WPB-87328). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Ridley (WPB-87328). This work will include, but is not limited to Preserve Forward Peak Compartment, Realign Main Engine/Reduction Gear, Remove, Inspect, and Reinstall Propeller Shafts, Overhaul and Renew Sea Valves, Clean and Inspect Fuel Service Tanks, Inspect Pilothouse Deck, Renew Hatch Coamings, Repair Shaft, Straighten Shaft, Remove, Inspect, and Reinstall Propellers, Perform Minor Repair and Recondition of Propeller, Remove, Inspect and Reinstall Rudder Assemblies, Preserve Underwater Body – “Partial”, Preserve Underwater Body – “100%”, Clean and Inspect Grey Water Collection and Holding Tank, Clean and Inspect Sewage Collection and Holding Tank, Renew Main Diesel Engine Exhaust Concentric Rings, Renew Cathodic Protection System, Routine Drydocking, Provide Temporary Logistics, Inspect Sea Chest Riser Piping and Flanges, Renew Depth Indicating Transducer, Preserve Stern Tubes, Additional Ultrasonic Thickness Measurements (200 shots), Create Forepeak Void, Renew Intermediate Water-Lubricated Shaft Bearing, Renew Aft Water-Lubricated Shaft Bearing, Renew Bearing Carrier, Renew Rudder Lower Bearing, Repair Pilothouse Aluminum Deck, Forward RHIB Notch Skid Pad Stud Installation, Composite Labor, GFP Report, 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=9a195578948bcd9a3e38cf78e1eadd33&tab=core&_cview=1)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., United States
 
Record
SN01732734-W 20090116/090114220612-9a195578948bcd9a3e38cf78e1eadd33 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.