Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

J -- Drydock and Repairs to the USCGC Neah Bay (WTGB-105)

Notice Date
4/8/2009
 
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-3FAK95
 
Archive Date
5/31/2010
 
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 drydock and repairs to the USCGC Neah Bay (WTGB-105), a 140 foot icebreaking tug. 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 April 24, 2009 with quotes due on or about May 29, 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 Neah Bay’s homeport is Cleveland, Ohio. The place of performance will be at the contractor’s facility. The vessel is geographically restricted to the Great Lakes. The performance period is fifty (50) calendar days and is expected to begin on or about July 27, 2009. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Neah Bay (WTGB-105). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Neah Bay (WTGB-105). This work will include, but is not limited to perform ultrasonic thickness measurements – underwater hull plating, clean and inspect fuel service tanks, clean and inspect grey water collection and holding tanks, remove, inspect, and reinstall propeller shaft, remove, inspect, and reinstall propeller, renew depth indicating transducer, overhaul and renew sea valves, clean and inspect sea strainers, remove, inspect and reinstall rudder assembly, preserve underwater body – “100%”, preserve stern tube, preserve superstructure, renew cathodic protection system, routine drydocking, provide temporary logistics, replace shaft seal assembly, upgrade lube oil purifier, overhaul fuel tank level indicators, 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=f9021cf906c1c905b5710bf985e0ae17&tab=core&_cview=1)
 
Place of Performance
Address: The place of performacne will be at the contractor's facility., United States
 
Record
SN01788549-W 20090410/090408220405-f9021cf906c1c905b5710bf985e0ae17 (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.