SOLICITATION NOTICE
20 -- DRYDOCK CGC SEA HORSE
- Notice Date
- 3/1/2011
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-11-Q-P45BG5
- Point of Contact
- Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil
(Nancy.M.Brinkman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 3/1/2011 The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for Dry Dock and repairs to the USCGC SEA HORSE (WPB-87361) 87-FOOT PATROL BOAT. 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 Small Business Set-Aside Solicitation, Request for Quote (RFQ), on or about March 4, 2011. The solicitation will be issued electronically via the Federal Business Opportunity web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. Hard copies of the specification and solicitation will not be issued. The NAICS Code is 336611. All work will be performed at the contractor's facility. The performance period is schedule for FORTY-FIVE (45) calendar days and is expected to begin on or about 20 July 2011. PERIOD OF PERFORMANCE IS 20 JULY - 02 SEPT 2011. GEOGRAPHIC RESTRICTION: Per U. S. Coast Guard Area Instruction Atlantic 3100.1C, CGC SEA HORSE is restricted to 336 Nautical Miles one-way or 672 round-trip from 4000 Coast Guard Blvd, Portsmouth, VA 23507. The scope of the acquisition will include, but is not limited to: Perform Ultrasonic Thickness Measurements Perform Ultrasonic Thickness Measurements Dirty Oil Tank, Clean and Inspect Oily Water Tank, Clean and Inspect Tanks (MP Fuel Service), Clean and Inspect Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting Depth Sounder, Capastic Fairing, Renew Main Engine/Reduction Gear, Realign Propulsion Shafts, Remove, Inspect, and Reinstall Propulsion Shaft, Repair Propulsion Shaft, Straighten Intermediate Water-Lubricated Shaft Bearing, Renew Aft Water-Lubricated Shaft Bearing, Renew Intermediate Bearing Carrier, Renew Aft Bearing Carrier, Renew Stern Tubes, Interior Surfaces, Preserve 100% Stern Tubes, Interior Surfaces, Repair Propellers, Remove, Inspect, and Reinstall Propeller, Minor Repair and Recondition, Perform Fathometer Transducer, Renew Speed Log, Transducer and Skin Valve, Clean and Inspect Sea Water System (Valves, Strainers, Piping), Clean, Inspect, and Repair Rudder Assemblies, Remove, Inspect, and Reinstall RHIB Notch Skid Pads, Inspect RHIB Notch Skid Pad Studs, Renew Stern Launch Door, Remove, Inspect, and Reinstall Grey Water Holding Tank, Clean and Inspect Sewage Holding Tank, Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush U/W Body, Preserve (100%) U/W Body, Preserve (Partial-33%) Cathodic Protection / Zincs, Renew Drydocking Temporary Services, Provide Telephone Service, Provide Install Dirty Oil Tank Level Indicator Forepeak, Modify and Preserve Ventilation Brackets, Renew Main Deck Kick Pipes, Renew Superstructure, Repair Holes Fuel Station, Preserve RHIB Winch Foundation, Preserve and Weight Test Galley Bilge (Non-Machinery Space), Preserve A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). 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 this solicitation, please contact Nancy Brinkman at (757) 628-4579, or by email at Nancy.M.Brinkman@uscg.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45BG5/listing.html)
- Place of Performance
- Address: CONTRACTOR'S FACILITY within the Georgraphical Restriction., United States
- Record
- SN02390144-W 20110303/110301234554-4beacc6483e45230458a83f3b3fe0a10 (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 |