Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

J -- MLB 47280: FY16 DRYDOCKING & REPAIR, STA. MORRO BAY

Notice Date
1/15/2016
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-16-Q-P30706
 
Archive Date
3/5/2016
 
Point of Contact
Ryan R. dela Cruz, Phone: (510) 637-5989, Matthew S. Katsaris, Phone: 5106375928
 
E-Mail Address
Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard Surface Forces Logistics Center, Contracting Procurement Branch 3, intends to issue a Commercial Request for Quote (RFQ) for Drydocking and Repair of MLB 47280, a 47' Motor Lifeboat homeported at USCG Station Morro Bay. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This acquisition will be issued as a Best Value Request for Quote (RFQ), on or about 20JAN2016. The due date for quotes is estimated to be 19FEB2016 but the final deadline for submission of proposals shall be established upon release of the solicitation. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https://fbo.gov. Hard copies of the solicitation and specification will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for the RFQ release and all subsequent amendments. FEDBIZOPPS contains an option for automatic notification service. This Requirement will be evaluated using past performance as an evaluation factor. THE ACQUISITION WILL BE SOLICITED AS A TOAL SMALL BUSINESS SET-ASIDE. The government intends to award one contract as a result of the solicitation. This availability will be will be restricted to an area within 400 nautical miles of the boat's assigned station (at STA. MORRO BAY), along a route where fuel and berthing services are available. The anticipated Period of performance is forty-five (45) calendar days, beginning on 05APR2016. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the issuance of the solicitation. CD-ROM (s) will be sent via FED-EX. The CD-ROM (s) contain Windows compliant raster/vector formats (e.g.*DWF, etc.). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the 47280. This work may include, but is not limited to: 1. General Welding, Provide 2. Ultrasonic Testing (U/W Body) Shots, Perform 3. Hull Plating (U/W Body), Inspect 4. Rub Rail, Inspect - In Place 5. Rub Rail, Renew 6. Bulkhead Penetrations, Frame 5, Inspect 7. Appendages (U/W), Leak Test 8. Tanks (MP Fuel Service), Clean and Inspect 9. Buoyancy Chamber(s), Clean and Inspect 10. Mast, Inspect 11. Propulsion Shaft, Remove Inspect and Install 12. Water Lubricated Bearings, Renew 13. Propellers, Remove, Inspect, and Reinstall 14. Standard Hoses, Renew 15. Sea Valves, Renew 16. Sea Strainers - Simplex (All Sizes), Clean and Inspect 17. Sea Strainers - Duplex (All Sizes), Overhaul 18. Diesel Tank(s), Refuel 19. Fuel Root Valves, Renew 20. Steering System, Inspect 21. Rudder Assembly; Remove, Inspect and Reinstall 22. U/W Body, Preserve (100%) 23. Cathodic Protection / Zincs, Renew 24. Marine Chemist Services, Provide 25. Drydock 26. Temporary Services, Provide 27. Sea Trial Performance, Support, Provide 28. Structural Modification 29. Lazarette Intake Vent, Inspect Contractors shall provide proof or evidence of current certification of the drydocking facility/travel lift/or crane as required by the specification, Routine Drydocking Work Item, and SFLC Standard Specification 8634_STD. 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, please contact Mr. Ryan dela Cruz at (510) 637-5989 or email: Ryan.R.delaCruz@uscg.mil or Mr. Matt Katsaris at (510) 637-5928 or email: Matthew.S.Katsaris@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-P30706/listing.html)
 
Place of Performance
Address: CERTIFIED CONTRACTOR PROVIDED FACILITY LOCATED WITHIN THE GEO-RESTRICTED AREA, United States
 
Record
SN03993288-W 20160117/160115233652-3118a21b07c4c951d19d968936a3982a (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.