Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

J -- Drydock Repairs to the USCGC HAMMERHEAD (WPB-87302)

Notice Date
3/23/2010
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-10-Q-P45AJ9
 
Archive Date
4/29/2011
 
Point of Contact
Tomeka Evans, Phone: 757-628-4666, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
tomeka.evans@uscg.mil, susan.a.kreider@uscg.mil
(tomeka.evans@uscg.mil, susan.a.kreider@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard Surface Forces Logistics Center, Patrol Boat Product Line intends to issue a Commercial Request for Quote (RFQ) for the drydock and repairs to the USCGC HAMMERHEAD (WPB-87302), an 87 foot patrol boat. 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 March 29, 2010 with quotes due on or about April 26, 2010. 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 HAMMERHEAD’s homeport is Woods Hole, MA. The place of performance will be at the contractor’s facility. The vessel is geographically restricted to a facility located within an area no greater than 600 nautical miles from the vessel’s homeport. The performance period is forty-two (42) calendar days and is expected to begin on or about July 12, 2010. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC HAMMERHEAD (WPB-87302). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC HAMMERHEAD (WPB-87302). This work will include, but is not limited to perform ultrasonic thickness measurements, clean and inspect dirty oil tank, clean and inspect oily water tank, clean and inspect fuel service tanks, clean and inspect grey water tank, clean and inspect sewage tank, clean grey water piping system, clean sewage piping system, inspect RHIB notch skid pads, remove, inspect, and reinstall propeller shafts, renew depth indicating transducer, renew sea valves and inspect associated piping and strainers, remove, inspect, and reinstall rudder assemblies, remove, inspect and reinstall stern, launch door, and inspect door pivot pins, bushings, and washers, preserve underwater body – “Partial” or “100%”, modify and renew cathodic protection system, routine drydocking, provide temporary logistics, repair hull, HVAC evaporator replacement, reseal wet decks, modify and preserve the forepeak (EC 087-A-033), renew hatch coamings, modify and renew forward RHIB notch skid pad (EC 087-A-038), renew window(s), 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P45AJ9/listing.html)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., United States
 
Record
SN02100298-W 20100325/100323235912-f40e05c83d8d606dd4d0cad43b74796f (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.