Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

20 -- Drydock Repairs USCGC TAHOMA (WMEC-908) - USCGC TAHOMA'S (WMEC-908) Solicitation

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
HSCG80-10-Q-3FA006
 
Point of Contact
Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
susan.a.kreider@uscg.mil
(susan.a.kreider@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
USCGC TAHOMA'S (WMEC 908) SPECIFICATION USCGC TAHOMA'S (WMEC 908) Solicitation 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 Tahoma (WMEC-908) a 270 FOOT B CLASS MEDIUM ENDURANCE CUTTER. 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 July 14, 2009 with quotes due on or about August 14, 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 Tahoma’s homeport is Portsmouth, NH. The place of performance will be at the contractor’s facility. The performance period is fifty (54) calendar days and is expected to begin on or about October 12, 2009. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Tahoma (WMEC-908). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Tahoma (WMEC-908). The scope of the acquisition will include, but is not limited to: 1. Clean and Inspect Fuel Service Tanks 2. Clean, Inspect and Repair Ballast Tanks 3. Remove and Reinstall Propeller Shafts, and Inspect Stern 4. Inspect Propeller Shafts and Repair Fairwater 5. Remove, Inspect, and Reinstall Port Intermediate Shaft 6. Renew Shaft Covering 7. Straighten Shaft 8. Renew Water-Lubricated Shaft Bearings 9. Renew Propeller Shaft Sleeve(s) 10. Overhaul Stern Tube Seal Assemblies 11. Remove and Reinstall Controllable Pitch Propeller Hubs 12. Service Both Onboard Controllable Pitch Propeller Systems 13. Repair Main Diesel Engine #2 Exhaust Stack 14. Renew Speed Doppler 15. Renew Depth Indicating Transducers 16. Overhaul and Renew MSW/ASW Valves 17. Overhaul Firemain Valves 18. Clean and Inspect Simplex Sea Strainers 19. Service Rudder Assemblies 20. Service Fin Stabilizer Systems 21. Perform Anchor, Anchor Chain, and Ground Tackle Maintenance 22. Preserve Anchor, Anchor Chain, and Ground Tackle 23. Preserve and Repair Chain Lockers 24. Preserve Ballast Tanks - 100% 25. Preserve Ballast Tanks - Partial 26. Preserve Underwater Body – 100% 27. Preserve Underwater Body - Partial 28. Preserve Stern Tube(s) 29. Preserve Freeboard – 100% 30. Preserve Freeboard Surfaces – Partial (In Drydock) 31. Routine Drydocking 32. Provide Temporary Logistics 33. Provide Support for Performance of Sea Trials 34. Preserve Refrigerated and Dry Stores Bilge Surfaces 35. Repair JP-5 Pump Room Bilge 36. Preserve Designated Engine Room Bilge Surfaces 37. Perform Designated Structural Repairs 38. Repair Hull at JP-5 Fuel Storage Tank 39. Renew Structural Closures 40. Renew Balanced Joiner Door 41. Perform Anchor Windlass Maintenance, Starboard 42. Remove, Inspect, and Reinstall Starboard Intermediate Shaft 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. Susan Kreider at (757) 628-4644 or by e-mail at susan.a.kreider@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-3FA006/listing.html)
 
Record
SN01877473-W 20090718/090717000036-556eddebb8d13598dc4a15c64ad109d9 (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.