Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

J -- USCGC SEA DOG (WPB-87373) DRYDOCK REPAIRS

Notice Date
2/27/2012
 
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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-12-R-PV1G83
 
Archive Date
4/10/2012
 
Point of Contact
Shavonda A. Jamison, Phone: 757-441-7036, Kathryn E Stark, Phone: 757 628-4588
 
E-Mail Address
Shavonda.Jamison@uscg.mil, kathryn.e.stark@uscg.mil
(Shavonda.Jamison@uscg.mil, kathryn.e.stark@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The purpose of this Amendment is to Change the Classification Code from 20--Ship Building and Repairing to J--- Maintenance, Repair and Rebuilding of equipment. PRESOLICITATION NOTICE : DRY DOCK REPAIRS USCGC SEA DOG (WPB-87373) The United States Coast Guard Surface Forces Logistics Center (SFLC) Norfolk, VA is procuring DRYDOCK REPAIR work items for the U.S. Coast Guard Cutter (USCGC) SEA DOG (WPB-87373) under REQUEST FOR PROPOSAL (RFP) HSCG80-12-R-PV1G83. This requirement is Set-Aside 100% for SERVICE-DISABLE VETERAN-OWNED SMALL BUSINESS (SDVOSB) firms pursuant to the Small Business Act and FAR Part 19.14. All Service-Disable Veteran Owned Small Business Concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The applicable North American Industry Classification System (NAICS) Code is 336611 for SHIPBUILDING AND REPAIRING with a Size Standard of 1,000 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. The RFP/solicitation will be issued pursuant to FAR 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. The Coast Guard intends to award a fixed price contract resulting from this solicitation to a responsive and responsible contractor whose written proposal is considered most advantageous to the Government both in price and other factors considered. The following factors shall be used to evaluate offerors' proposals and are in descending order of importance: 1. Past Performance 2. Price Factors 1-2 will be applied to determine the best value to the Government. Please note: Past performance is more important than Price. The RFP/solicitation, HSCG80-12-R-PV1G83, will be issued on or about March 5, 2012 with a closing date for receipt of PROPOSALS on or about March 26, 2012, 3:00 P.M EST. The RFP will be posted on the Governmentwide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov or https://www.fbo.gov. Please sign up for the Auto Notification Service to receive an e-mail from FedBizOpps when an action is taken under this solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS AND REQUEST FOR DRAWINGS: All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than four (4) days from the solicitation issuance. The CD-ROM (s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). The last day to submit questions regarding this solicitation is March 21, 2012 at 3:00 pm eastern time. After this date further requests may not be accepted due to time constraints. PLACE OF PERFORMANCE: Contractor's Facility GEOGRAPHIC RESTRICTION: This vessel is geographically restricted to 576 Nautical miles one way, or 1,152 Nautical mile round trip from the cutter's homeport of Kings Bay, GA. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK REPAIRS to the USCGC SEA DOG (WPB-87373). This work will include, but is not limited to the following items: 1: Remove Gyro Mounts 2: Perform Ultrasonic Thickness Measurements 3: Perform Ultrasonic Thickness Measurements 4: Forepeak, Modify (EC 087-A-33) 5: Dirty Oil Tank, Clean and Inspect 6: Oily Water Tank, Clean and Inspect 7: Tanks (MP Fuel Service), Clean and Inspect 8: Tanks, Potable Water, Clean and Inspect 9: Decks - Exterior Main Deck, Preserve 10: Superstructure, Preserve 100%, 11: Pilothouse Deck Aluminum, Inspect, Preserve, and Renew Electrical Matting 12: Depth Sounder, Capastic Fairing, Renew 13: Weather Tight Door, Fuel Station, Install (TCTO TB6000) 14: Hatch Coamings, Renew (EC 087-A-027) 15: Mast, Preserve 100% 16: Main Engine/Reduction Gear, Realign 17: Propulsion Shafts, Remove, Inspect, and Reinstall 18: Propulsion Shaft, Repair 19: Propulsion Shaft, Straighten 20: Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew 21: Aft Water-Lubricated Propulsion Shaft Bearing, Renew 22: Intermediate Bearing Carrier, Renew 23: Aft Bearing Carrier, Renew 24: Stern Tubes, Interior Surfaces, Preserve 100% 25: Stern Tubes, Interior Surfaces, Repair 26: Propellers, Remove, Inspect, and Reinstall 27: Propeller, Minor Reconditioning and Repairs, Perform 28: Lighting, Repair 29: Fathometer Transducer, Renew 30: Speed Log, Skin Valve Assembly, Clean and Inspect 31: Dirty Oil Tank TLI System, Install (TCTO TE7000.0) 32: Ventilation System, Engine Room Supply and Exhaust Fan Assemblies, Clean and Inspect 33: HVAC System Ducting, Clean 34: HVAC Piping Tree, Renew 35: Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair 36: Fire Station Camelback Racks, Modify (TCTO TB3 000) 37: AFFF Bilge Piping System, Install (EC 087-A-24) 38: Rudder Assemblies, Remove, Inspect and Reinstall 39: Mooring Bits, Renew (EC 087-B-037) 40: RHIB Notch Skid Pads, Inspect 41: RHIB Notch Skid Pad Studs, Renew 42: Stern Launch Door, Remove, Inspect and Reinstall 43: Grey Water Holding Tank, Clean and Inspect 44: Sewage Holding Tank, Clean and Inspect 45: Grey Water Piping, Clean and Flush 46: Sewage Piping, Clean and Flush 47: U/W Body, Preserve 100% 48: Hull Plating Freeboard, Preserve 100% 49: Cathodic Protection / Zincs, Renew 50: Interior Deck Drains, Unseal 51: Interior Deck Covering System, Reseal 52: Drydocking 53: Temporary Services, Provide 54: Telephone Service, Provide 55: Bow Stanchions, Repair 56: Propulsion Shaft (Strain Gauge Alignment Measure) All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. PERIOD OF PERFORMANCE: The period of performance is anticipated to be for FIFTY-EIGHT (58) calendar days with a start date on or about July 11, 2012 and end date on or about September 7, 2012. CCR: Interested parties should register in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. All parties are encouraged to continually monitor the FedBizOpps.com website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Shavonda Jamison at Shavonda.Jamison@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-PV1G83/listing.html)
 
Place of Performance
Address: Within 576 Nautical Miles one way or 1152 Nautical Miles round trip from Kings Bay, GA., United States
 
Record
SN02683844-W 20120229/120227234918-da3461d2b82f25600213d16e30ef3f41 (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.