Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

20 -- CGC ALERT Drydock Repairs

Notice Date
3/2/2012
 
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
CGCALERTDDFY12
 
Archive Date
3/22/2013
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard is setting aside this requirement for 100% Total Small Businesses. 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 ALERT (WMEC-630), a 210 FOOT "B" CLASS MEDIUM ENDURANCE CUTTER, at the contractor's facility. The solicitation will be issued as a Best Value Request for Proposals (RFP), on or about March 10, 2012 with proposals due on or about 23 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 are now available and 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, or for a copy of the CD -ROM, please contact Tara Holloway, (757) 628-4754 or by e-mail to Tara.m.holloway@uscg.mil. The home port of the vessel is 2185 S. E. 12th PL., Warrenton, OR 97146-9693. The vessel's availability is for Fifty-six (56) calendar days, starting on or about 13 June 2012 ending on 8 August 2012. This requirement is not geographically restricted. The scope of the acquisition is for the dry-docking, overhauling, cleaning and repairing of various items aboard the USCGC ALERT (WMEC-630). Provide all labor, material and equipment necessary to perform dry-dock repairs, including but not limited to the following: Work Item 1: Appendages (U/W), Leak Test Work Item 2: Appendages (U/W) Internal, Preserve Work Item 3: Voids (Non-Accessible), Leak Test Work Item 4: Tanks (Aviation Fuel Service), Inspect Work Item 5: Voids (Non-Accessible), Preserve Internal Surfaces Work Item 6: Propulsion Shaft Coating, Renew Work Item 7: Propulsion Shaft Bearings (External), Check Clearances Work Item 8: Controllable Pitch Propeller Hub Assembly, General Maintenance Work Item 9: Fathometer Transducer, General Maintenance Work Item 10: Doppler Speed Log Transducer(s), Renew Work Item 11: Strainers 0 Simplex/Duplex (All Sizes), Overhaul Work Item 12: Fuel Manifold, Overhaul Work Item 13: U/W Body, Preserve "100%" Work Item 14: Hull Plating Freeboard, Preserve "100%" Work Item 15: Superstructure, Preserve "100%" Work Item 16: Masts (Main, Fwd, and Aft), Preserve, 100% Work Item 17: Cathodic Protection/Zincs, Renew Work Item 18: Drydocking Work Item 19: Temporary Services, Provide Work Item 20: Sea Valves and Waster Pieces, Overhaul or Renew Work Item 21: Hull Plating (U/W Body), Ultrasonic Testing Work Item 22: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair Work Item 23: Tanks (MP Fuel Service and Storage), Inspect Work Item 24: CPP System, General Maintenance Work Item 25: Rudder Assembly, Remove, Inspect and Reinstall Work Item 26: Anchors, Anchor Chain(s), Grnd Tackle, Inspect, Repair, Preserve Work Item 27: Chain Locker, Preserve 100% Work Item 28: Chill Water System, Upgrade Work Item 29: Electrical Wiring (Air Conditioning), Upgrade Work Item 30: Welding Repairs Work Item 31: Lighting Plug Plates (Flight Deck) Renew Work Item 32: Rails and Stanchions (01 Deck), Inspect and Renew Work Item 33: CMWD System, Inspect and Repair Work Item 34: Deck Penetrations (Firemain), Renew Work Item 35: AFFF System, Repair Work Item 36: Secondary Drainage Valves, Renew Work Item 37: Deck Repair Work Item 38: Propulsion Shaft tern Tube Seals, Inspect and Repair Work Item 39: Boilers, Renew Work Item 40: Hull and Structural Plating, Renew (Optional) Work Item 41: Sea Trial Performance, Provide Support D-00B GFP Report Optional Items: O-A Composite Labor Rate O-C Travel and Per Diem O-Z Laydays 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 550, Norfolk, VA 23510-9102.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGCALERTDDFY12/listing.html)
 
Place of Performance
Address: Contractors Facility, United States
 
Record
SN02688025-W 20120304/120302234838-00325d4b0d710f3abf4a8e27687ba771 (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.