Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOURCES SOUGHT

J -- USCGC PAMLICO DRY-DOCK & REPAIRS

Notice Date
2/23/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
PAMLICOFY10DD
 
Archive Date
3/16/2010
 
Point of Contact
Jack Rodman, Phone: (510) 637-5901, Linda C Cho, Phone: 510-637-5965
 
E-Mail Address
Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil
(Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The United States Coast Guard is performing a "Market Search" for HUBZONE concerns, Service Disabled Veteran-Owned Small Business concerns (SDVOSB) or for Small Business. The small business size standard is less than 1000 employees the NACIS Code is 336611. The estimated magnitude is between $250,000 and $700,000 The acquisition is for DRY DOCK repairs to the USCGC PAMLICO (WILC-800) an 160 FOOT A CLASS CONSTRUCTION BUOY TENDER. The 160 FOOT BUOY TENDER is home ported at Navel Engineering Support Unit New Orleans LA. The contractor shall perform all work at the contractor's facility. There is a onetime geographic restriction for this dry-dock availability to a facility within 650 nautical miles (nm) total one-way (1300 nautical miles round trip). The performance period will 61 calendar days with a start date on or about April 19, 2010. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGE PAMLICO (WILC-800). This work will include, but is not limited to: 1-O Perfom Hull and Structural Plating Repairs-Eroded welds (Steel), 2-O Perform Hull and Structural Platting Repairs (10.2 Pound), 3-O Perform Hull and Structural Plating Repairs (12.75 Pound), 4-DClean and Inspect Fuel and Oil tanks, 6D Clean and Inspect Sewage and Holding Tanks, 7-D Remove, Inspect, and reinstall propeller shafts, 8-O Straighten shaft, 9-D Renew Water-Lubricated Shaft Bearings, 10-O Renew Porpeller shaft Sleeve(s), 11-D Renew Mechanical shaft Seal Assys, 12-D Remove, Inspect, and Reinstall Propellers, 13-O Perform Minor Repairs and Reconditioning of Propeller, 14-D Clean, Inspect, and Test Grid Coolers, 15-D Renew Depth Indicating Transducers, 16-D Overhaul and Renew Sea Valves, 17-D Remove, Inspect, and renstall rudder Assys, 18-D Shrink Wrap Crane, 21-D Preserve Ballast Tanks and Voids-100%, 22-D Preserve Spud and Spud Well Surfaces, 23-O Preserve Underwater Body-"Partial", 24-O Preserve Underwater Body- "100%", 25-O Renew Cathodic Protection System, 26-D Routine Drydocking, 27-D Provide Temporary Logistics, 28-D Provide Access to Various Compartments for ship's Structure and Machinery Evaluation board Inspection (SSMEB), 29-D Renew Hull Plating, 30-D Renew Various Framing, 31-D Renew Various Bulkhead Metal, 32-D Perform Ultrasonic thickness Measurements-Underwater Hull Plating, 33-D Preserve Construction Deck, 34-D Renew Pipe Insulation, 35-O Preserve Stern Tube(s), A-O Composite Labor Rate, B-D GFP Report, Z-O Lay-days All welding and brazing shall be accomplished by trained welders who have been cerified by the applicable regulatory code performance qualification procedures. Your response is required by March 1, 2010 at 1100 AM PST. All of the above must be submitted in sufficient detail for a decision to be on a HUBZONE, Service Disabled Veteran-owned Small Business set aside or Small Business set aside. A decision on whether this will be pursued as a HUBZONE or SDVOSM small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.febizopps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/PAMLICOFY10DD/listing.html)
 
Place of Performance
Address: Performance will be a Contractor's facility, United States
 
Record
SN02071973-W 20100225/100223234357-2d3253ca1485ed0c577a49a565d5d2cd (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.