Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

J -- Drydock Repairs to the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and USCGC KNIGHT ISLAND (WPB-1348)

Notice Date
8/5/2010
 
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
HSCG80-11-Q-PHM004
 
Archive Date
9/30/2011
 
Point of Contact
Tomeka Evans, Phone: 757-628-4666, Amanda J. Myers, Phone: 757-628-4660
 
E-Mail Address
tomeka.evans@uscg.mil, amanda.j.myers@uscg.mil
(tomeka.evans@uscg.mil, amanda.j.myers@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The United States Coast Guard Surface Forces Logistics Center intends to issue a Commercial Request for Quotation (RFQ) for the drydock and repairs to four (4), 110' work patrol boats: the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and USCGC KNIGHT ISLAND (WPB-1348). 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. In accordance with FAR 52.232-18, the contract will be subject to the availability of appropriated funds. The government may award one or multiple contracts as a result of this solicitation. This procurement will be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-aside. All responsible SDVOSB concerns 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 Quotation (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about August 27, 2010 with quotes due on or about September 20, 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 SDVOSB concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC PEA ISLAND and USCGC KNIGHT ISLAND's homeport is Key West, Florida, and the USCGC OCRACOKE and USCGC NANTUCKET's homeport is St. Petersburg, Florida. The place of performance will be at the contractor's facility. The vessels are geographically restricted to a facility located within an area no greater than 906 nautical miles one-way and 1,812 nautical miles roundtrip from Key West, Florida. The Period of performance is sixty-six (66) calendar days and is as follows: USCGC PEA ISLAND, November 10, 2010 - January 14, 2011 USCGC OCRACOKE, February 23, 2011 - April 29, 2011 USCGC NANTUCKET, May 18, 2011 - July 22, 2011 USCGC KNIGHT ISLAND, August 17, 2011 - October 21, 2011 The contractor shall provide all labor, material and equipment necessary to dry dock and repairs to the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and/or USCGC KNIGHT ISLAND (WPB-1348). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC PEA ISLAND (WPB-1347), USCGC OCRACOKE (WPB-1307), USCGC NANTUCKET (WPB-1316), and/or USCGC KNIGHT ISLAND (WPB-1348). This work will include, but is not limited to: Routine Drydocking, Provide Temporary Logistics, Clean and Inspect Fuel Service Tanks, Clean and Inspect Fuel Stowage and Overflow Tanks, Clean and Inspect Oil and Oily Waste Tanks, Clean and Inspect Sewage Collection and Holding Tanks, Clean and Inspect Grey Water Collection and Holding Tanks, Perform Air Test of Interior Compartments, Clean Sewage Piping System, Clean Grey Water Piping System, Clean and Disinfect Potable Water Tanks, Preserve and Disinfect Potable Water Tanks - Partial or 100%, Preserve Sewage Collection and Holding Tank - Partial or 100%, Preserve Grey Water Collection and Holding Tank - Partial or - 100%, Preserve Oil and Oily Water Tanks - Partial or 100%, Inspect MDE Exhaust System, Remove, Inspect, and Reinstall Propellers, Repair Propeller Root Erosion, Remove, Inspect, and Reinstall Propeller Shafts, Overhaul Mechanical Shaft Seal Assemblies, Renew Water-Lubricated Propeller Shaft Bearings, Clean and Inspect Heat Exchangers, Overhaul and Renew Sea Valves, Overhaul and Renew Firemain Valves, Overhaul and Renew Bilge and Ballast Valves, Overhaul Duplex Sea Strainers, Overhaul Stabilizing Fins, Overhaul Steering Gear Components, Remove, Inspect and Reinstall Rudder Assemblies, Inspect and Maintain Cathodic Protection System Renew CAPAC Anode Assembly, Renew Speed Doppler and Overhaul Doppler Valve, Renew Depth Indicating Transducer, Preserve Underwater Body - Partial or 100%, Preserve Stern Tubes, Perform Ultrasonic Thickness Measurements, Perform Aluminum Hull and Structural Repairs - 1/4", 3/16", or 5/16" Plate, Perform Hull and Structural Plating Repairs - Crack, Eroded Weld, or Overlay Welding (Aluminum), Perform Steel Hull and Structural Plating Repairs - 5, 7.5, or 7.65 Pound, Perform Hull and Structural Plating Repairs - Crack, Eroded Welds, or Overlay Welding (Steel), Repair and Preserve Forward Peak Compartment, and Preserve Forward Void, Preserve Bilge Surfaces in Forward Auxiliary Machinery Space-Partial, Preserve Bilge Surfaces in Aft Machinery Space, Renew Both Ship Service Diesel Generators, Preserve Port & Starboard Strut Cofferdams - 100%, Preserve and Insulate Aft Steering Compartment, Perform Structural Repairs - Install Deck Grating System in Forepeak and Renew Deck Drain Cup Assembly, Preserve Freeboard - 100%, Preserve Superstructure, Perform Hull and Structural Plating Repairs -Corrugated Plate (4.0-Pound), Perform Steel Structural Member Repairs -1" x 3" Steel T-Bar Framing, Composite Labor Rate, Clean, Inspect, and Preserve Engineroom Bilge Surfaces, Renew A/C Handlers, Renew A/C Condenser, Renew Main Diesel Engine, Preserve Port & Starboard Cofferdams - 100%, 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/HSCG80-11-Q-PHM004/listing.html)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., United States
 
Record
SN02231042-W 20100807/100806000112-a1d5804ef65618e652c458bc7ece2dab (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.