Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2008 FBO #2550
SOLICITATION NOTICE

J -- USCGC KATHERINE WALKER (WLM-552) DOCKSIDE REPAIRS

Notice Date
11/17/2008
 
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
HSCG80-09-Q-3FA528
 
Point of Contact
Jenifer M. Bordelon,, Phone: 757-628-4653, Louis J Romano,, Phone: (757)628-4651
 
E-Mail Address
jenifer.m.bordelon@uscg.mil, louis.j.romano@uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for the Dockside Repairs of the USCGC KATHERINE WALKER (WLM-552), a 175-Foot Coastal Buoy Tender. The homeport of the vessel is 85 Port Terminal Blvd, Slip #1, Bayonne, NJ 07002-1099. The acquisition will be set-aside for HubZone business concerns. 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 18 November 2008. Quotes are to arrive no later than 2:00 p.m. (Easter Standard Time) December 1, 2008. Faxed quotations will be accepted at (757) 628-4675 or 4676. Quotations sent via the U.S. Postal Service or hand delivered should be sent to: Commanding Officer, USCG MLCA Atlantic, ATTN: Jenifer Bordelon (vpl-1), 300 E. Main Street, Suite 600, Norfolk, VA 23510. This Requirement will be evaluated using past performance as an evaluation factor. The standard industrial classification code is 3731 and the NAICS is 336611. All work will be performed at the homeport. The performance period will be forty-three (43) calendar days with a start date on or about 23 March 2009. 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 free of charge to contractors upon request and not later than three (3) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). All responsible sources may submit an offer, which will be considered by the United States Coast Guard. Send all requests via e-mail to Jenifer.M.Bordelon@uscg.mil. The scope of work for this acquisition will include, but not limited to Definite Items: Clean and Inspect Sewage Collection and Tanks; Clean Shipboard Ventilation Systems - Engine Room; Clean Shipboard Ventilation Systems - Laundry Room and Galley; Clean, Inspect and Test Hydro-Pneumatic Tank; Preserve Buoy Working Areas; Clean Main Diesel Engine Exhaust Stacks; Clean Ship Service Diesel Generator Exhaust Stacks; Perform Buoy Crane Maintenance; Preserve Machine Shop Bilge Surfaces – Partial (Pier Side); Preserve Bow Thruster Room Bilge Surfaces – Partial (Pier Side); Preserve Pump Room Bilge Surfaces – Partial (Pier Side); Renew Deck Covering Systems – Mess Deck; Renew Deck Covering Systems - Change Room and Laundry Room; Modify Fuel Service Tank Overflow Piping; Renew Bow Thruster Room Insulation; Perform Buoy Chain Winch Maintenance and EC 175-A-050 Modification; Install Window Wiper Modifications; Modify Sewage Tank Vent Piping; Install Buoy Deck Control Room Deck Drains; and Install HVAC Upgrade in Chartroom and ECC. Optional Items include, but are not limited to: Composite Labor Rate. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. For further information or questions regarding the solicitation, please contact Jenifer M. Bordelon (757) 628-4653, or by e-mail at Jenifer.M.Bordelon@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd9de62979d4588306f9f41bf349dad4&tab=core&_cview=1)
 
Place of Performance
Address: 85 Port Terminal Blvd, Slip #1, Bayonne, New Jersey, 07002, United States
Zip Code: 07002
 
Record
SN01705912-W 20081119/081117215133-bd9de62979d4588306f9f41bf349dad4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.