Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
MODIFICATION

J -- DRYDOCK Repairs to CGC HAWSER - Amendment 1

Notice Date
5/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG85-11-Q-P45X11
 
Point of Contact
Florence D. Harwood, Phone: 410-762-6455
 
E-Mail Address
florence.m.harwood@uscg.mil
(florence.m.harwood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment #0001 to HSCG85-11-Q-P45X11 Amendment #0001 is issued and attached eletronically. Date for receipt of quotes remains 5/5/11 at 2:00 pm EST. ***The Request for Quotations number is corrected to read HSCG85-11-Q-P45X11. This Requirement was originally posted as Pre-Solicitation notice using RFQ No.HSCG85-11-Q-45X11. DATE FOR RECEIPT OF QUOTE: 5 May 2011, 2:00 PM EST. The United States Coast Guard Surface Forces Logistics Center, Contracting and Procurement Branch 2, intends to issue a Commercial Request for Quote (RFQ) for Dry Dock Repairs to the USCGC HAWSER (WYTL 65610), a 65' Harbor Tug. 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 NAICS Code is 336611 and the small business size standard is less than 1,000 employees. The simplified is issued as a Best Value Request. This requirement will be evaluated using past performance as an evaluation factor. 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 optional automatic notification service. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). The acquisition is for DRYDOCK repairs to the USCGC HAWSER (WYTL 65610), homeport Bayonne, NJ. The performance period will be 40 calendar days with a start date on or about 6 July 2011. The place of performance will be at the contractor's facility. The geographical restriction is restricted to NOT TO EXCEED 144 nautical miles from homeport of P.O. Box 5186, Bayonne, NJ 07002-1099. The acquisition is for DRYDOCK repairs to the USCGC HAWSER (WYTL 65610), a 65' "C Class" Small Harbor Tug. The GEOGRAPHIC RESTRICTION is restricted to an area not to exceed 144 nautical miles from their homeport of Bayonne, NJ. The performance period is expected to begin on or about 6 July 2011 and be completed within 40 days. The scope of the acquisition is for various repairs including but not limited to: DEFINITE ITEMS- Hull Plating (U/W Body), Ultrasonic Testing; Appendages (U/W), Leak Test; Appendages (UW) - Internal, Preserve; Propeller, Clean and Inspect; Fathometer Transducer, Renew; Sea Strainers- Simplex, Overhaul/Renew; Rudder Assy, Remove, inspect and Reinstall; U/W Body, Preserve (100%); Hull Plating Freeboard, Preserve 100%; Superstructure, Preserve 100%; Drydocking; Termporary Services, Provide; Auxiliary Retention Grey Water/Sewage Tank System, Install New; Bilge (Machinery Space), Preserve; Cathodic Protection/Zincs, Renew; Propulsion Shafting; Remove, Inspect, and Reinstall; Frame Repair; Stern Tube Interior Surfaces, Preserve 100%; Compressed Air Piping Replacement; Test and Repair of Full and Half Rounds; Sheathing Renewal (Engineering Space) ; Decks- Exterior, Prepare and Coat (Pre Slip-Resistant Sheet) Install. OPTIONAL ITEMS- Repair hull and structural plating, 3/16" steel (per 4 sq ft); Repair hull structural plating, 3/8" steel (per 4 sq ft), Repair hull and structural plating, degraded steel weld (per 4 sq ft); Hull and Structural Plating-Degraded weld (steel), Repair; Straighten propulsion shaft, Minor repair and conditional propeller; Repair hull and structural plating, ¼" steel (per 4 sq ft); Sheathing Renewal (Non-Engineering Spaces); Head Deck Covering System, Renew. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. Minimum Depth of water : 8 Feet, Minimum height clearance: 35 Feet. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. For further information or questions regarding this solicitation or a copy of the CD -ROM, please contact Florence Harwood at (410) 762-6463, or by e-mail to Florence.m.harwood@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-11-Q-P45X11/listing.html)
 
Record
SN02440007-W 20110506/110504235250-f38eb7cb1a6a9ef96d93ea84bbee6387 (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.