SOLICITATION NOTICE
J -- DRYDOCK REPAIR FOR THE USCGC KATMAI BAY
- Notice Date
- 3/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- DTCG80-02-B-3FAD18
- Response Due
- 5/8/2002
- Archive Date
- 9/30/2002
- Point of Contact
- Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676, - Sandra Martinez, Contract Specialist, Phone (757) 628-4591, Fax (757) 628-4676,
- E-Mail Address
-
smartinez@mlca.uscg.mil, smartinez@mlca.uscg.mil
- Description
- The U.S. Coast Guard has decided not to set aside this acquisition for HUBZone concerns, because no HUBZone certified business concerns complied with the requirements of the sources sought synopsis. The solicitation and specifications will be issued electronically at www.Fedbizopps.gov (NO HARD COPIES WILL BE ISSUED) on or about April 8, 2002. Proposals will be due on or about May 8, 2002. Sign up for automatic notification on FEDBIZOPPS at www.Fedbizopps.gov. If you have questions regarding FEDBIZOPPS, contact Ms. Sandra Martinez at (757) 628-4591 or email smartinez@mlca.uscg.mil. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. All Businesses, large and small, are encouraged to submit proposals for the subject requirements. All responsible sources may submit a proposal, which shall be considered by the United States Coast Guard. Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation. Provide all labor, material and equipment necessary to perform DRYDOCK repairs including but not limited to the following Base Items: (1) Clean and Inspect Sewage and Grey Water Collection Tank and Holding Tanks (2) Overhaul Shaft Seal (3)Remove, Inspect and Reinstall Propeller (4) Clean and Inspect Heat Exchangers (5) Preserve Transducer Hull Ring, (6) Overhaul Ventilation Fans, (7) Overhaul and Renew Valves, (8) Preserve and Disinfect Potable Water Tanks (9) Preserve Weather Decks, (10) Renew Draft Figures (11)Provide Temporary Messing (12) Provide Temporary Berthing (13) Provide Temporary Logistics (14) Routine Drydocking (15) Dry Ice Blast Clean In-Place Propulsion Motor (16) Clean In-Place the Port and Starboard Propulsion Generators, (17) Renew Section of Propulsion Motor Forward Bearing Return Line (18) Clean Exhaust Stacks and Spark Arrestors (19) Overhaul #1 and #2 MDE Jacket Water Pumps (20) Renew Sewage Piping (21) Overhaul #1 and #2 Lube Oil Pumps, (22) Hydroblast Sewage and Grey Water Piping (24) Clean Engine Room Bilges(25)GFP report in accordance with section C. OPTION ITEMS include but are not limited to the following: (1) Welding Repairs, (2) Renew Shaft Covering, (3) Renew Stern Tube Bearing Staves, ( 4) Renew Shaft Sleeves, (5)Perform Minor Repairs and Reconditioning of Propeller, (6) Remove, Inspect and Reinstall Rudder Assembly, (7) Renew Rudder Bearings, (8) Perserve Underwater Body, (9) Additional Temporary Berthing, (10) Additional Temporary Messing, (11) Additional Temporary Logistics, (12) Composite Labor Rate and (13) Lay Days. Vessel?s homeport is Sault Ste. Marie, MI. The vessel is geographically restricted to the Great Lakes Area. Vessel?s availability is for Forty-Nine (49 days, starting 26 June 2002. Vessel length is one hundred and forty (140) feet. Minimum depth of water is 15 feet. Minimum height clearance is 80 feet. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. A non-refundable charge of $150.00 is required, in the form of a certified check or money order payable to the U.S. Coast Guard, for requested drawings. Drawings are now available on CD-ROM. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.) This notice is for information purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at 1-800-532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning the acquisition, contact the Contracting Official listed above.
- Place of Performance
- Address: GREAT LAKES AREA
- Record
- SN00045690-W 20020322/020320213217 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |