SOLICITATION NOTICE
J -- DRY-DOCKING & REPAIR: MLB 47217, USCG STA. HUMBOLDT BAY
- Notice Date
- 2/1/2012
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-12-Q-P30375
- Archive Date
- 4/4/2012
- Point of Contact
- Ryan R. DelaCruz, Phone: (510)637-5989, Kelly A. Wyatt, Phone: 410-762-6472
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Kelly.A.Wyatt@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Surface Forces Logistics Center, Contracting Procurement Branch 3, intends to issue a Commercial Request for Quote (RFQ) for Drydock Repair of the MLB 47217, a 47' Motor Life Boat (MLB) homeported at USCG Station Humboldt Bay. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This acquisition will be issued as a Best Value Request for Quote (RFQ), on or about 16FEB2012. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https:fbo.gov. This Requirement will be evaluated using past performance as an evaluation factor. Hard copies of the solicitation and specification will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for the RFQ release and all subsequent amendments. FEDBIZOPPS contains an option for automatic notification service. THE ACQUISITION WILL BE SOLICITED AS A TOAL SMALL BUSINESS SET-ASIDE. The government intends to award one contract as a result of the solicitation. This availability is geographically restricted to a facility located within an area no greater than 400 nautical from the vessel's assigned station, along a route where fuel and berthing services are available. The anticipated Period of performance is forty-five (45) calendar days, from 01MAY2012 to 15JUN2012. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the solicitation issuance. CD-ROM (s) will be sent via FED-X. The CD-ROM (s) contain Windows compliant raster/vector formats (e.g.*DWF, etc.). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the MLB 47217. This work may include, but is not limited to: 1. Hull and Structural Plating - Cracked (Aluminum), Repair 2. Hull Plating (Underwater Body), Inspect 3. Hull Plating (Underwater Body), Ultrasonic Testing, Perform 4. Renew Rub Rail (Bow) 5. Inspect Rub Rail In-Place 6. Inspect Bulked 5 Penetrations 7. Appendages (Underwater Body), Leak Test 8. Inspect Accessible Spaces 9. Tanks (MP Fuel System), Clean and Inspect 10. Buoyancy Chamber(s), Clean and Inspect 11. Propulsion Shaft, Remove, Inspect and Install 12. Renew Lubricated Bearings 13. Propellers, Remove, Inspect and Reinstall 14. Throttle Lever (TCTO TA6010), Modify 15. Standard Hose Replace 16. Sea Valve Renewal 17. Sea Strainer - Duplex Overhaul 18. Sea Strainer - Simplex Overhaul 19. Diesel Fuel Refill 20. Fuel Root Valves, Renew 21. Steering System, Inspect 22. Rudder Assembly, Remove, Inspect and Reinstall 23. Boat Outfit Storage, Provide 24. Underwater Body Preservation 100% 25. Cathodic Protection / Zincs Renew 26. Dry Docking 27. Structural Modification (TCTO TB2010.0) 28. Inspect Superstructure Windows 29. Temporary Services, Provide 30. Marine Chemist Service, Provide 31. Full Power Trial Performance, Provide Contractors shall provide a current certification of its drydocking facility/travel lift/or crane as required by the specification, Routine Drydocking Work Item, and SFLC Standard Specification 8634_STD. 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 this solicitation, please contact Mr. Ryan dela Cruz at (510) 637-5989 or email: Ryan.R.delaCruz@uscg.mil or Ms. Kelly Wyatt at (410)762-6472 or email: Kelly.A.Wyatt@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-P30375/listing.html)
- Place of Performance
- Address: CONTRACTOR PROVIDED FACILITY LOCATED WITHIN 400 NAUTICAL MILES OF VESSEL'S ASSIGNED STATION, SAMOA, California, 95564, United States
- Zip Code: 95564
- Zip Code: 95564
- Record
- SN02665496-W 20120203/120201234635-b1e6c1552e1514ca882080c219c5f0d1 (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 |