Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

20 -- 20 -- SHAFT AND RUDDER STOCK OVERHAULS

Notice Date
April 9, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
ZIP Code
21226-5000
Solicitation Number
DTCG40-01-R-40016
Point of Contact
Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax 410-762-6056, Email lmannion@elcbalt.uscg.mil -- Sandra Miller, Contract Specialist, Phone 410-762-6452, Fax 410-762-6056, Email
E-Mail Address
Linda Mannion (lmannion@elcbalt.uscg.mil)
Description
The U.S. Coast Guard Engineering Logistics Center has a requirement for the repair and overhaul, including replacement of sleeves and fiberglass coverings, testing, inspection, preservation, packaging and marking of Government-furnished propulsion shafts and rudder stocks. Government furnished shafts include: 2010-01-089-8123, 2010-01-331-0887, 2010-01-222-9336, 2010-01-092-5810, 2010-01-141-3512, 2010-01-135-7065, 2010-01-364-7026, 2010-01-366-0589, 2010-01-365-3908, 2010-01-366-0590, 2010-01-140-8901, 2010-01-141-9944, 2010-01-078-4097, 2010-01-399-5912, and 2010-01-459-5795. Government furnished rudder stocks include: 2040-01-115-5203, 2040-00-377-2253, 2040-01-320-4124, 2040-01-396-4048, and 2040-01-F96-0779. Overhaul shall be in accordance with U.S. Coast Guard specifications and drawings. Shaft/Rudder Stock sizes range from under twelve (12) feet to over fifty (50) feet. Straightening and balancing procedures, welding procedures, qualifications, test reporting formats, arrival tests and inspections, post repair tests and inspections, balancing records shall be required for approval. Delivery shall be made F.o.b. destination to the U.S. Coast Guard Engineering Logistics, 2401 Hawkins Point Road, Baltimore, MD 21226 within approximately 90 to 210 calendar days from receipt of a delivery order. A requirements contract with a base year and four (4) option years is anticipated. This Request for Proposal (RFP) shall be issued via Federal Business Opportunities (FedBizOpps) at www.eps.gov. Hard copies of the Request for Proposal will not be issued. It is incumbent upon contractors to monitor the EPS systems for RFP release and all subsequent amendments. The date and time for receipt of proposals shall be specified in the Request for Proposal. The applicable North American Industry Classification (NAICS) Code is 332111 and the size standard is 500 employees. All responsible sources may submit a proposal, which will be considered by the agency. See Numbered Notes 12 and 26. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of liens or credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG40-01-R-40016&L=493)
Record
Loren Data Corp. 20010411/20SOL001.HTM (D-099 SN50I701)

20 - Ships and Marine Equipment Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com