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
SOLICITATION NOTICE

J -- USCGC BAINBRIDGE ISLAND (WPB-1343) DRYDCOK REPAIRS

Notice Date
2/27/2012
 
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
HSCG80-12-R-P45A92
 
Archive Date
8/6/2012
 
Point of Contact
Louis J Romano, Phone: (757)628-4651, Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil
(louis.j.romano@uscg.mil, Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard is setting aside this requirement for Small Business concerns. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 15, Contracting by Negotiation. The NAICS Code is 336611 and the SIC is 3731. The acquisition is for the drydock and repairs to the USCGC BAINBRIDGE ISLAND (WPB-1343), a 110 FOOT "C" CLASS PATROL BOAT, at the contractor's facility. The solicitation will be issued as a Best Value Request for Proposals (RFP), on or about 05 March 2012 with proposals due on or about 26 March 2012 via the Federal Business Opportunities (FEDBIZOPPS) web page at https://fbo.gov. This requirement will be evaluated using Past Performance and Price; whereas Past Performance is significantly more important than Price. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service; as such, contractors are urged to sign up for the Auto Notification Service. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings 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). The home port of the vessel is Highland, New Jersey. The vessel's availability is for Fifty-nine (59) calendar days, starting on or about 30 May 2012. This requirement is geographically restricted to a facility located within an area no greater than 540 nautical miles, one-way and 1,080 nautical miles, roundtrip from Highland, New Jersey. The scope of the acquisition is for the dry-docking, overhauling, cleaning and repairing of various items aboard the USCGC BAINBRIDGE ISLAND (WPB-1343). Provide all labor, material and equipment necessary to perform dry-dock repairs, including but not limited to the following: Appendages (U/W), Leak Test; Appendages (U/W) - Internal, Preserve; Voids (Non-Accessible), Leak Test; Voids (Non-Accessible), Preserve Internal Surfaces; Tanks (Potable Water), Clean and Inspect; Tanks (Dirty Oil and Waste), Clean and Inspect; Propulsion System, Alignment Check; Propulsion Shafting, Remove, Inspect, and Reinstall; Mechanical Shaft Seal Assemblies, Overhaul; Propulsion Shaft Bearings (External), Check Clearances; Propulsion Shaft Bearings (External), Renew; Propulsion Shaft Stern Tube Bearings, Renew: Propellers; Remove, Inspect, and Reinstall; Heat Exchangers, Clean and Inspect; Rudder Assembly, Remove, Inspect and Reinstall; Grey Water Holding Tanks, Clean and Inspect; Sewage Holding Tanks, Clean and Inspect; Grey Water Piping, Clean and Flush; Sewage Piping, Clean and Flush; Bilge Surfaces, Preserve; Decks - Exterior, Preserve ( " Non-Skid Broadcast Grit" System); U/W Body, Preserve "Partial - Condition A"; Stern Tube Interior Surfaces, Preserve 100%; Cathodic Protection System (Bilge and Sea Chest), Renew; Cathodic Protection System, Inspect and Maintain; Drydocking; Temporary Services, Provide; Sea Trial Performance, Provide Support; Sea Valves and Waster Pieces, Renew; Perform Steel Hull and Structural Plating Repairs (10-Pound or 10.2-Pound); Steel Hull and Structural Plating Repairs (5-Pound); Steel Hull and Structural Plating Repairs (7.5-Pound or 7.65-Pound); Steel Hull and Structural Plating Repair s, Corrugated Plate (4.0-Pound); Hull Plating Freeboard, Preserve - Partial; Tanks (MP Fuel Service), Clean and Inspect; Tanks (MP Fuel Stowage and Overflow), Clean and Inspect; Single Point Davit (Appleton SEB) Level 2, Inspection; Data Service, Provide; Renew Deck Covering System in Galley and Mess Deck (Prototype); Perform Ultrasonic Thickness Measurements; GFP Report and Lay Days. Note: If two companies are planning to conduct business as a joint venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope of work that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two firms did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications 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-TOM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc.). For information concerning this acquisition, or for a copy of the CD -ROM, please contact Mr. Louis Romano at (757) 628-4651, or by e-mail to Louis.J.Romano@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-P45A92/listing.html)
 
Place of Performance
Address: This requirement is geographicaly restricted to an area within 540 nautical miles, one-way or 1,080 nautical miles, round-trip, of the vessels homeport of Highland, New Jersey., United States
 
Record
SN02683996-W 20120229/120227235109-2e1dcb4312f71b844cbc6516134adcbd (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.