SOLICITATION NOTICE
J -- CGC MATINICUS (WPB-1315) 08 DRYDOCK REPAIR
- Notice Date
- 6/27/2008
- Notice Type
- Presolicitation
- 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, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-08-Q-3FAP88
- Archive Date
- 9/19/2008
- Point of Contact
- Mia R Mayers,, Phone: 757-628-4654, Vanessa A Nemara,, Phone: 757-628-4634
- E-Mail Address
-
mia.r.mayers@uscg.mil, vanessa.a.nemara@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for the Dry Dock and Repair of the USCGC MATINICUS (WPB-1315), a 110-Foot “A” Class Patrol Boat. The homeport of the vessel is #5 La Puntilla, San Juan, PR 00901. The acquisition will be set-aside for Small Businesses. The Coast Guard intends to conduct the 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 simplified acquisition will be issued as a Best Value, Request for Quote (RFQ), on or about 7 July 2008. This Requirement will be evaluated using past performance as an evaluation factor. The standard industrial classification code is 3732 and the NAICS is 336611. All work will be performed at the contractor’s facility. The performance period will be Forty-two (42) calendar days with a start date on or about 20 October 2008. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at https://fbo.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests via e-mail to Mia.R.Mayers@uscg.mil. The scope of work for this acquisition is but not limited to: Welding repairs (steel); Welding Repairs (aluminum); Routine Drydocking; Provide Temporary Logistics; Provide Additional Temporary Logistics; Provide Small Boat Storage; Clean and Inspect Fuel Service Tanks; Clean and Inspect Fuel Stowage and Overflow Tanks; Clean and Inspect Oil and Oily Waste Tanks; Preserve Oil Tanks 100%; Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; Preserve Sewage and Grey Water Collection and Holding Tank – 100%; Preserve and Disinfect Potable Water Tanks – Partial; Inspect MDE Exhaust System; Overhaul Stabilizing Fins; Overhaul and Renew Sea Valves; Overhaul and Renew Firemain Valves; Overhaul and Renew ASW Valves; Remove, Inspect and Reinstall Propellers; Repair Propeller Root Erosion; (1.0 cubic inch); Balance Propeller; Remove, Inspect and Reinstall Propeller Shafts; Overhaul Mechanical Shaft Seal Assemblies; Inspection and Maintain Cathodic Protection System; Renew Water Lubricated Propeller Shaft Bearings; Inspect Bronze Sleeves in Various Areas; Remove, Inspect and Reinstall Rudder Assemblies; Overhaul Steering Gear Components; Renew Speed Doppler; Renew Depth Indicating Transducer; Preserve Underwater Body 100%; Preserve Freeboard; Preserve Weather Decks; Preserve Forward Void; Perform Hull Repairs; Renew Floating Deck System in CO’s Cabin; Renew Shower Stalls; Renew Structural Closure(s); Renew Sewage System Piping; Install P100 Fixed Piping (EC 110-C-126); Ultrasonic Thickness Measurements; Renew Capastic Fairing; and Renew Pilothouse Windows. Trained welders who have been certified by the applicable regulatory code performance qualification procedures shall accomplish all welding and brazing. For further information or questions regarding the solicitation, please contact Mia Mayers at (757) 628-4654, or by e-mail at Mia.R.Mayers@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3635bb7d25d566d43ab507395c4d36fa&tab=core&_cview=1)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN01603382-W 20080629/080627221531-3635bb7d25d566d43ab507395c4d36fa (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 |