SOLICITATION NOTICE
20 -- DRYDOCK FOR USCGC SHACKLE (WYTL-65609) 65 FOOT B CLASS - Amendment 2
- Notice Date
- 3/20/2009
- 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
- HSCG80-09-Q-3FAA25
- Point of Contact
- Nancy M Brinkman,, Phone: 757-628-4579, Mildred A Anderson,, Phone: (757)628-4637
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil, mildred.a.FIGUEREO@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- DRAWING (4) DRAWING (3) DRAWING (2) DRAWING (1) DRAWING (1) REV2 SPECIFICATION FOR CGC SHACKLE SF-30 AMENDMENT FORM CGC SHACKLE 3/20/2009 Amendment A00002 to the Solicitation is as follows: AMENDMENT (A00002) TO SOLICITATION FOR USCGC SHACKLE (WYTL-65609) IS AMENDED AS FOLLOWS: CHANGE TO SPECIFICATION REV-2 dtd 3/20/2009. 03/17/2009 WORK ITEM #19 Revised frame locations in par. 3.2 03/20/2009 WORK ITEM # 3 thru 6 Revised shafting plan drawing number & prop dimensions 03/20/2009 Applicable Documents Revised shafting plan drawing number 03/20/2009 Principle Characteristics Revised propeller dimensions. Please call to request copy of drawing. If your quote remains unchanged please just sign and fax amendment form. Quotes will be due 24 March 2009 at 11:00 a.m. E.S.T. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 1/23/2009 Amend A00001 to the Pre-Solicitation corrects the cutter's homeport of South Portland, Maine. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ PRE-SOLICITATION NOTICE 1/22/2009 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 SHACKLE (WYTL-65609) 65 FOOT B CLASS HARBOR TUG. The NAICS Code is 336611. There is a Geographical restriction of 175 Nautical Miles from the cutter’s homeport of South Portland, Maine. 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 Small Business Set-Aside. Request for Quotes (RFQ) will be issued on or about January 30, 2009. 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. All work will be performed at the contractor’s facility. The performance period is schedule for Forty-Two (42) calendar days and is expected to begin on or about May 4, 2009. The scope of the acquisition will include, but is not limited to: 1.Provide Access to Various Compartments for Ship's Structure and Machinery Evaluation Board Inspection. 2.Ultrasonic Thickness (UT) Shot Inspection. 3.Remove, Inspect, and Reinstall Propeller Shaft. 4.Straighten Shaft. 5.Renew Water-Lubricated Shaft Bearings. 6.Remove, Inspect, and Reinstall Propeller. 7.Perform Minor Repairs and Reconditioning of Propeller. 8.Clean, Inspect, and Test Grid Coolers. 9.Renew Depth Indicating Transducer. 10.Renew Sea Valves. 11.Remove, Inspect and Reinstall Rudder Assembly. 12.Clean Sewage and Grey Water Piping System. 13.Preserve Underwater Body – 100 percent. 14.Renew Cathodic Protection System. 15.Routine Drydocking. 16.Provide Temporary Logistics. 17.Renew Hull Shell Plating. 18.Renew Steel Deck Plating. 19.Renew Engineroom Frame Rails. 20.Test Hull Half Pipes. 21.Preserve Rudder Post Housing. 22.Install Ballast in Main Hold. 23.Install New Grey Water/Sewage Tank System. 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 Quotes are due on or about 20 February 2009, 2:00 pm Eastern Standard Time to: Commander (vpl-1) MLCLANT, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Quotes may be fax to 757-628-4676 Attn: Nancy Brinkman.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e579218786bfc20cac40111f3a34b91&tab=core&_cview=1)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN01774600-W 20090322/090320221235-1e579218786bfc20cac40111f3a34b91 (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 |