Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2009 FBO #2600
SOLICITATION NOTICE

20 -- DRYDOCK FOR USCGC THUNDER BAY (WTGB-108)

Notice Date
1/6/2009
 
Notice Type
Modification/Amendment
 
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
USCGC_THUNDER_BAY_DRYDOCK
 
Response Due
1/16/2009 1:00:00 PM
 
Point of Contact
Nancy M Brinkman,, Phone: 757-628-4579, Michael E Monahan,, Phone: 757-628-4639
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, michael.e.monahan@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The estimated value of this procurement is between $500,000.00 and $1,000.000.00. The small business size standard is less than 1,000 employees. The NAICS Code is 336611. The acquisition is for DRYDOCK repairs to a USCGC THUNDER BAY (WTGB-108), 140 FOOT CUTTER. NOTE: This vessel has a 540 Nautical Mile restriction from its homeported of Rockland, ME. All work will be performed at the contractor’s facility. The performance period will be FORTY-NINE (49) calendar days with a start date on or about 22 June 2009 through 10 August 2009. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC THUNDER BAY (WTGB-108), 140 FOOT CUTTER. This work will include, but is not limited to: 1.Clean and Inspect Fuel Stowage and Overflow Tanks. 2.Remove, Inspect, and Reinstall Propeller Shaft. 3.Replace Shaft Seal Assembly (Type F.S.E.). 4.Remove, Inspect, and Reinstall Propeller. 5.Clean and Inspect Raw Water Air Cooler Heat Exchangers. 6.Clean and Test Coolers. 7.Clean Main Diesel Engine and Ship Service Generator Exhaust Stacks. 8.Renew Depth Indicating Transducer. 9.Clean Shipboard Ventilation Systems. 10.Overhaul and Renew Sea Valves. 11.Clean and Inspect Sea Strainers. 12.Inspect Steering System. 13.Remove, Inspect and Reinstall Rudder Assembly. 14.Perform Anchor, Anchor Chain, and Ground Tackle Maintenance. 15.Preserve and Disinfect Potable Water Tanks – Partial. 16.Preserve Sewage Collection and Holding Tanks – 100%. 17.Preserve Underwater Body – 100%. 18.Preserve Stern Tubes. 19.Preserve Freeboard Surfaces – Partial. 20.Preserve Various Superstructure Surfaces. 21.Preserve Main Mast and Fore Mast. 22.Renew Cathodic Protection System. 23.Routine Drydocking. 24.Provide Temporary Logistics. 25.Provide Access to Various Compartments for Ship's Structure and Machinery. 26.Evaluation Board Inspection. 27.Remove Through Hull Pipe Penetrations. 28.Renew Fire Main Regulating Valves. 29.Renew Pilot House Joiner Bulkhead Panels. 30.Preserve Strainer Compartment. 31.Preserve Aft Deck Gear Locker. 32.Renew Pilot house Weather-tight Doors. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1404 if you firm is SDVOSB or FAR 19.501 if your firm is a Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Nancy.M.Brinkman@uscg.mil or by fax (757) 628-4676. Questions may be referred to Nancy Brinkman at (757) 628-4579. In response please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Your response is required by January 16, 2009 at 1:00 p.m. E.S.T. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside or Small Business set aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ead01c199af9103ab7ecf246e350d22&tab=core&_cview=1)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN01727399-W 20090108/090106220254-0ead01c199af9103ab7ecf246e350d22 (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.