SOLICITATION NOTICE
J -- J - DRYDOCK AND REPAIR USCGC STATEN ISLAND (WPB-1345)
- Notice Date
- 11/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- DHS - Direct Reports, 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
- HSCG80-06-Q-3FA251
- Response Due
- 12/9/2005
- Archive Date
- 3/31/2006
- Small Business Set-Aside
- Total HUB-Zone
- Description
- The U.S. Coast Guard is setting aside this acquisition for HUBZone 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 13.5, Test Program for Certain Commercial Items. The NAICS Code is 336611 and the SIC is 3731. The acquisition is for drydock repairs to the USCGC STATEN ISLAND (WPB-1345), a 110 Foot ?C? CLASS PATROL BOAT, at the contractor?s facility. This procurement is geographically restricted from Jonesboro, ME to Shallotte Inlet, NC. The simplified acquisition will be issued as a best value Request for Quotes (RFQ), on or about 18 November 05 with quotes due on or about 9 December 05 via the Federal Business Opportunities (FEDBIZOPPS) web page at www.fbo.gov. 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 three (3) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Drawings are still available in hardcopy; however, a non-refundable charge of $150.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. The home pier of the vessel is Atlantic Beach, NC. The vessel?s availability is for sixty (60) calendar days, starting on/about February 15, 2006. The scope of this acquisition is for the drydocking, overhauling, cleaning and repairing of various items aboard the USCGC STATEN ISLAND (WPB-1345). Provide all labor, material and equipment necessary to perform dry dock repairs, including but not limited to the following Base Items: Skeg Top Plating Preservation; Clean and Inspect Fuel and Oil Tanks; Remove and Dispose of Additional Fuel; Remove and Dispose of Additional Oil and Oily Water; Remove, Inspect and Reinstall Propeller Shafts; Clean Sewage and Grey Water Collection and Holding Tanks; Inspect Bronze Sleeves in Various Shaft Packing Areas; Renew Water-Lubricated Propeller Shaft Bearings; Remove, Inspect and Reinstall Propellers; Inspect MDE Exhaust System Hull Penetrations and Install New Exhaust Valves; Clean and Inspect Heat Exchangers; Preserve The Transducer Hull Ring; Renew Valves; Renew Duplex Sea Strainers; Remove, Inspect and Reinstall Rudder Assemblies; Overhaul Steering Components; Overhaul Stabilizing Fins; Preserve Forward peak Compartment; Preserve Weather Decks Surfaces; Preserve Underwater Body, Complete; Overcoat Freeboard; Inspect and Maintain Cathodic Protection System; Renew Capastic Fairing; Provide Temporary Logistics; Routine Drydocking; Create Forward Peak Void (EC 110-C-094); Install New Aft Fuel Tank Access Manholes; Install New Ship Service Diesel Generator Insulation Mounts; Renew Aft Fuel Tank Reach Rod Assemblies; Overhaul Ventilation Fan Assemblies; Preserve Forward Void; Preserve Bilge Surface in Various Locations; Preserve and Insulate (Thermal) Bulkhead and Overhead Surfaces; Preserve and Insulate (Noise) Bilge Surfaces; Install New Deck Covering System in Aft Crew Head; Renew Floating Deck System in Galley and Mess Deck; Renew Thermal Insulation on Engine Room Aft Bulkhead and GFP Report. Option items include but are not limited to the following: Welding Repairs; Skeg Top Plating Renewal; Inspect Government-Furnished Propeller Shaft; Perform Stern Tube/Strut Alignment Inspection; Repair Propeller Root Erosion; Balance Propeller; Renew Rudder Upper Bearing; Renew Rudder Lower Bearing; Renew Lower Fin Stock Bearing; Preserve Potable Water Tanks; Preserve Sewage and Grey Water Collection and Holding Tanks; Renew Cathodic Anode; Renew Reference Electrode; Provide Additional Temporary Logistics; Composite Labor Rate and Lay Days. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications procedures. For further information or questions regarding this solicitation or 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.
- Place of Performance
- Address: THE PLACE OF PERFORMANCE IS GEOGRAPHICALLY RESTRICTED FROM JONESBORO, ME TO SHALLOTTE INLET, NC.
- Country: USA
- Record
- SN00925531-W 20051105/051103211530 (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 |