Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

J -- USCGC HOLLYHOCK (WLB-214)

Notice Date
4/21/2009
 
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-313G96
 
Archive Date
4/21/2010
 
Point of Contact
Tracey M. Strawbridge,, Phone: 7576284657
 
E-Mail Address
tracey.strawbridge@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a request for a Commercial Request for Quote (RFQ) for the dry dock and repairs to the USCGC HOLLYHOCK (WLB-214), a 225 foot “B” 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 simplified acquisition is issued as a Request for Quote (RFQ), on April 21, 2009. The RFQ is issued via the Federal Business Opportunity (FEDBIZOPS) web page at www.fbo.gov. Hard copies of the specification and solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFQ release and all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. THIS ACQUISITION IS SOLICITED AS FULL AND OPEN and will be evaluated whereas Past Performance is significantly more important than Price. This acquisition is for DRY DOCK repairs to the USCGC HOLLYHOCK (WLB-214) homeport in Port Huron, MI. The performance period will be seventy-one (71) calendar days with a start date on or about June 22, 2009 and will end on or about August 31, 2009. All work will be performed at the contractor’s facilities. There is a geographic restriction for this dry-dock availability to a facility restricted to the Great Lakes. Great Lakes homeported WLB’s primary mission is ice breaking and aids to navigation work on the Great Lakes. Due to the transit out of the St. Lawrence Seaway and down the U.S. East Coast, an availability outside of the Great Lakes will further reduce the number of days away from homeport available for operations. Additionally, physical access to contractor facilities outside of Great Lakes is limited by seasonal openings of the Great Lakes and St. Lawrence Seaway. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC HOLLYHOCK (WLB-214). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC HOLLYHOCK (WLB-214) in accordance with the attached Specification for Drydock Repairs, Rev-2 dated 20 April 2009. This work will include, but is not limited to: 1)Clean and Inspect Media and Grey Water Collection and Holding Tanks 2)Clean and Inspect Chain Lockers 3)Adjust MDE Vibration Isolation Mounts 4)Overhaul Stern Tube Seal Assembly 5)Renew the Controllable Pitch Propeller Hub and Blades and Flush System 6)Modify Stern Tube Seawater Supply Systems 7) Renew Depth Indicating Transducers 8)Renew Speed Doppler 9)Clean Shipboard Ventilation Systems 10)Preserve Sea Bay – 100% 11)Repair Thrusters 12)Preserve Thruster Tunnels 13)Inspect Thruster Units 14)Preserve Hawse Pipes 15)Inspect and Repair Anchor Chains and Ground Tackle 16)Preserve Anchors and Anchor Chains 17)Perform Anchor Windlass Maintenance 18)Preserve Ballast Tanks – 100% 19)Preserve Freeboard Surfaces – Partial (In Drydock) 20)Preserve Underwater Body – 100% 21)Repair Cathodic Protection System 22)Routine Drydocking 23)Preserve and Disinfect Potable Water Tanks -100% 24)Provide Temporary Logistics. 25) Overhaul Bow and Stern Thruster Motors 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 sets are available and 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). All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact, the Contracting Official listed above. Quotes are due on May 7, 2009, at 11:00am Eastern Standard Time to: Commander (vpl-2) MLCLANT, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Requests for Quotations and additional information requests maybe be emailed to tracey.strawbridge@uscg.mil or faxed to (757) 628-4676 Attn: Tracey Strawbridge.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00103843548c123fd60f80c9375a8b40&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN01797842-W 20090423/090421220103-4b9d7b9c21a91dc0ecb0971676148f66 (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.