SOLICITATION NOTICE
J -- MobieBayDryDock
- Notice Date
- 2/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- MobileBayDryDock
- Response Due
- 2/24/2007
- Archive Date
- 2/9/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is a Small Business Set-Aside. All responsible Small Business concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The solicitation will be issued electronically on the FEDBIZOPPS web page on or about 5 March 2007, at http://www/eps/gov/. Please sign up for the Auto Notification Service to receive e-mail from FEDBIZOPPS when an action is taken under this solicitation. THIS COMMERCIAL ITEM REQUIREMENT IS SET-ASIDE FOR SMALL BUSINESS CONCERNS AND WILL BE EVALUATED, TO BE AWARDED AS A FIRM FIX-PRICED, BEST VALUE CONTRACT, USING PAST PERFORMANCE AS THE MOST IMPORTANT EVALUATION FACTOR. The USCGC MOBILE BAY homeport is Sturgeon Bay, WI. The vessel is a 140 Foot Icebreaker Tug. Vessel?s availability schedule is for fifty-four (54) calendar days, starting on or about 11 June, 2007. The place of performance will be at the contractor?s dry dock facility. This vessel is geographically restricted to a distance no further than 18 days (2670 miles) transit from homeport in Sturgeon Bay, WI via the St. Lawrence Seaway. Provide all labor, material and equipment necessary to perform dry dock repairs, to the USCGC MOBILE BAY (WTGB 103) including the following Base items: Clean Sewage and Grey Water Collection Holding Tanks, Remove, Inspect, and Reinstall propeller Shaft, Overhaul Shaft Seal Assembly, Remove, Inspect, and Reinstall Propeller, Preserve Transducer Hull Ring, Clean Shipboard ventilation Systems, Overhaul and Renew Valves, Inspect and Test Air Receivers and Relief valves, Remove, Inspect, and Reinstall Rudder Assembly, Overhaul Anchor and Anchor Chain, Perform Anchor Windlass Maintenance, Perform Vertical Capstan Maintenance, Preserve Weather Decks, Preserve Underwater Body, Preserve Freeboard, Service 25-man Life rafts and Associated Hydrostatic Releases, Routine Drydocking, Provide Temporary Logistics, Inspect Chain Locker. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. 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 [ten days from solicitation issuance]. MLCA must have ten (10) days advance notice to complete a CD-ROM set of drawings. 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. All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact the Contracting Official listed above. Note 27 applies.
- Record
- SN01229289-W 20070211/070209220437 (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 |