Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

J -- DRY-DOCK REPAIR USCGC PAMILCO

Notice Date
3/4/2010
 
Notice Type
Presolicitation
 
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
HSCG8510QP03X46
 
Archive Date
3/23/2010
 
Point of Contact
Jack Rodman, Phone: (510) 637-5966, 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
Total Small Business
 
Description
The United States Coast Guard Surface Forces Logistics Center intends to issue a Commercial Request for Quote (RFQ) for Dry-dock Repairs to the USCGC PAMILCO (WLIC-800), a 160 Foot Construction Buoy Tender (WLIC-800). 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 Request for Quote (RFQ), on or about March 9, 2010. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) 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 FEDBIZOPPS web page for RFQ release and all subsequent amendments. FEDBIZOPPS also contains an option automatic notification service. THE ACQUISITION WILL BE SOLICITED AS A SMALL BUSINESS SET ASIDE. The acquisition is for Dry-dock repairs to the USCGC PAMLICO (WLIC-800) home ported at Navel Engineering Support Unit New Orleans LA. There is a geographic restriction for this dry-dock availability to an area no greater than (650 nautical miles) total one-way (1300 nautical miles) round trip from cutter's homeport. The performance period will be one hundred and thirty-one (61) calendar days with a start date on or about April 19 2010. The place of performance will be at the contractor's facility. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC PAMLICO (WLIC-800). This work will include, but is not limited to: 1-O Perform 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 Propeller 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 reinstall 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 Catholic Protection System, 26-D Routine Dry-docking, 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 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 on CD-ROM will be free of charge to contractors upon request. Contractor's may contact LTJG David Komar at (510) 637-5843 or email: David.B.Komar@uscg.mil, or contact the below for information. Quotes are anticipated to be due on or about March 17, 2010, 1100 am Pacific Standard Time to: Commander, U.S. Coast Guard, SFLC/C&P2-, Suite 807N, 1301 Clay Street, Oakland, CA. Requests for Quotations and additional information requests may be faxed to (510) 637-5978, Attn: Jack Rodman or Linda Cho.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG8510QP03X46/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02082709-W 20100306/100304234427-5297514b8a8d1b33596329337cb8ecb5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.