Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

20 -- CGC VENTUROUS DDFY12

Notice Date
2/29/2012
 
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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
CGCVENTUROUSDDFY12
 
Archive Date
2/28/2013
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. Coast Guard is setting aside this requirement for Service Disabled Veteran Owned Small Businesses. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 15, Contracting by Negotiation. The NAICS Code is 336611 and the SIC is 3731. The acquisition is for the drydock and repairs to the USCGC VENTUROUS (WMEC-625), a 110 FOOT "B" CLASS MEDIUM ENDURANCE CUTTER, at the contractor's facility. The solicitation will be issued as a Best Value Request for Proposals (RFP), on or about February 29, 2012 with proposals due on or about 16 March 2012 via the Federal Business Opportunities (FEDBIZOPPS) web page at https://fbo.gov. This requirement will be evaluated using Past Performance and Price; whereas Past Performance is significantly more important than Price. 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; as such, contractors are urged to sign up for the Auto Notification Service. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings are now available and free of charge to contractors upon request not later than four (4) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, or for a copy of the CD -ROM, please contact Tara Holloway, (757) 628-4754 or by e-mail to Tara.m.holloway@uscg.mil. The home port of the vessel is St. Petersburg, Florida. The vessel's availability is for Fifty-six (56) calendar days, starting on or about 25 April 2012. This requirement is not geographically restricted. The scope of the acquisition is for the dry-docking, overhauling, cleaning and repairing of various items aboard the USCGC VENTUROUS (WMEC-625). Provide all labor, material and equipment necessary to perform dry-dock repairs, including but not limited to the following: O-001 Hull Plating (U/W Body), Ultrasonic Testing O-002 Hull and Structural Plating - 3/16" Steel Plate, Repair D-003 Appendages (U/W), Leak Test D-004 Appendages (U/W) - Internal, Preserve D-005 Voids (Non-Accessible), Leak Test D-006 Voids (Non-Accessible), Preserve Internal Surfaces D-007 Propulsion Shafting ; Remove, Inspect, and Reinstall D-008 Propulsion Shaft Bearings (External), Renew O-009 Controllable Pitch Propeller Hub Assembly, Renew D-010 Ship Service Diesel Generator, Overhaul D-011 Fathometer Transducer, Renew O-015 U/W Body, Preserve "Partial - Condition A " O-016 U/W Body, Preserve "Partial - Condition B" O-017 U/W Body, Preserve "Partial - Condition C " D-018 Stern Tube Interior Surfaces, Preserve 100% D-019 Drydocking D-020 Temporary Services, Provide D-021 Electrical Wiring (Air Conditioning), Upgrade D-022 Chill Water System, Upgrade D-023 B -Class Single Point Davit Control Console, Upgrade D-024 Sea Valves and Waster Pieces, Overhaul or Renew D-025 Auxiliary Sea Water System Valves, Overhaul or Renew D-026 Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair D-027 CPP System, General Maintenance D-028 Sea Strainers (All Sizes), Overhaul or Renew O-029 Propulsion Shaft Coating, Renew O-030 Propulsion Shafting, Straighten O-031 Propulsion Shaft Sleeves, Renew D-032 Propulsion Stern Tube Bearings, Renew O-033 Controllable Pitch Propellers, Clean and Inspect O-034 Controllable Pitch Propeller Hub Assembly, General Maintenance O-035 Rudder Stock, Rebuild D-036 Ammunition Elevator (Level 2), Inspect, Repair and Test D-037 Deck Plating, Renew D-038 Anchor Chains, Renew D-039 Vent Ducts (All Other), Commercial Cleaning & Repair D-040 Vent Ducts (Engine and Motor Room All), Commercial Cleaning D-041 Vent Ducts (Galley and Pantry), Commercial Cleaning D-042 Vent Ducts (Laundry Exhaust), Commercial Cleaning O-043 Weather Deck, Preservation - WMEC 210 A/B D-044 Stern Tube Seal Assemblies, Renew D-045 Hull Plating, Freeboard ; Preserve ("Partial") D-046 Superstructure, Preserve " Partial " D-047 Cathodic Protection / Zincs, Renew O-00A Composite Labor Rate D-00B GFP Report O-00Z Laydays Note: If two companies are planning to conduct business as a joint venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope of work that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two firms did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications procedures. All reference documents are available for viewing at 300 East Main Street, Suite 550, Norfolk, VA 23510-9102.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGCVENTUROUSDDFY12/listing.html)
 
Place of Performance
Address: Contractors' Facility, United States
 
Record
SN02685327-W 20120302/120229234326-56df0203805728fdc6f12e06c1aa2811 (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.