Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOLICITATION NOTICE

J -- Emergency Drydock and Repairs to the USCGC HERON (WPB-87344) - USCGC HERON, Schedule dated 24 Nov 09 - USCGC HERON, Specification for Emergency Drydock Repairs

Notice Date
12/4/2009
 
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
HSCG80-10-Q-P45A81
 
Archive Date
12/31/2010
 
Point of Contact
Tomeka Evans, Phone: 757-628-4666, Louis J Romano, Phone: (757)628-4651
 
E-Mail Address
tomeka.evans@uscg.mil, louis.j.romano@uscg.mil
(tomeka.evans@uscg.mil, louis.j.romano@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USCGC HERON, Specification for Emergency Drydock Repairs dated 30 Nov 09, Rev-1 USCGC HERON, Emergency Drydock, Schedule of Supplies/Services dated 24 Nov 09 The United States Coast Guard, Surface Forces Logistics Center intends to issue a Commercial Request for Quote (RFQ) for the emergency drydock and repairs to the USCGC HERON (WPB-87344), an 87 foot patrol boat. 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. This procurement will be a Total Small Business Set-aside. All responsible small businesses may submit an offer, which shall be considered by the U.S. Coast Guard. The small business size standard for NAICS 336611 is less than 1,000 employees. The solicitation will be issued electronically as a Best Value Request for Quote (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about December 7, 2009 with quotes due on or about December 9, 2009. Please sign up for the Auto Notification Service to receive an e-mail from FedBizOpps when an action is taken under this solicitation. This commercial item requirement is set-aside for all small business concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC HERON's homeport is Sabine Pass, Texas. The place of performance will be at the contractor's facility. The vessel is geographically restricted to a facility within 400 nautical miles one-way or 800 nautical miles roundtrip from their homeport, no further than sixty (60) nautical miles and no operations inside the ICW. The performance period is ten (10) calendar days and is expected to begin on or about December 14, 2009. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC HERON (WPB-87344). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC HERON (WPB-87344). This work will include, but is not limited to realign main engine/reduction gear, remove, inspect, and reinstall propeller shafts, remove, inspect, and reinstall propellers, remove, inspect, and reinstall rudder assemblies, non-routine drydocking, provide temp logistics, composite labor, GFP report, and lay days. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. 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 is available free of charge to contractors upon request not later than one (1) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, contact Ms. Tomeka Evans at (757) 628-4666 or by e-mail at tomeka.evans@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P45A81/listing.html)
 
Place of Performance
Address: The place of performance will be at the contractor's facility., United States
 
Record
SN02016943-W 20091206/091204235220-74be7a524314639f15a29f18b61276b4 (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.