Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

J -- drydock and repair USCGC Galveston Island

Notice Date
8/20/2012
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG80-13-R-P45022
 
Point of Contact
Gerald R Acock, Phone: (808) 843-3876
 
E-Mail Address
gerald.r.acock@uscg.mil
(gerald.r.acock@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG SFLC in Norfolk, VA, proposes to contract for the Dry Dock repair of the USCGC GALVESTON ISLAND (WPB 1349). The requirement is 100% set aside for small business. Performance will be accomplished at the Contractors facility on the Island of Oahu in the State of Hawaii. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulations (FAR) Part 12, Acquisition for Commercial Items and FAR Subpart 15, Contracting by Negotiations. In accordance with FAR 52.232-18, the contract will be subject to the availability of appropriated funds. The cutter will be available for performance from 09 January 2013 through 05 April 2013. The work may include, but is not limited to Hull Plating, U/W Body, Inspect; Hull Plating Ultrasonic Testing; Appendages (U/W) Leak Test; Appendages (U/W) - Internal, Preserve; Tanks (Fuel Service), Clean and Inspect; Voids (Non-Accessible), Leak Test; Tanks (Fuel Stowage and Overflow), Clean and Inspect; Voids (Non-Accessible), Preserve Internal Surface; Tanks, Air Test; Tanks (Potable Water) Clean and Inspect; Tanks (Dirty Oil and Waste) Clean and Inspect; Main Mast, Repair & Preserve, 100%; Propulsion System, Alignment Check; Propulsion Shafting, Remove, Inspect and Reinstall; Mechanical Shaft Seal Assemblies, Overhaul; Propulsion Shaft Bearings (External), Renew; Propulsion Shaft Stern Tube Forward Bearing, Renew; Propellers Renew; Exhaust System, MDE Inspect; SW Heat Exchangers, Clean, Inspect and Hydro; Fathometer Transducer, Renewal; Speed Doppler, Renew, Doppler Valve, Overhaul; Sea Valves, Overhaul, Renew; Sea Strainers (All Sizes), Overhaul; Fuel Manifold Valves, Renew; Steering Gear (General), Overhaul; Rudder Assembly, Remove, Inspect and Reinstall; Fin Stabilizers (General), General Maintenance; Tanks (Gray Water) Clean and Inspect; Tanks (Sewage Holding) Clean and Inspect; Grey Water Piping, Clean and Flush; Sewage Piping, Clean and Flush; Forward Peak Compartment, Preserve; Forward Head, Preserve; Forward Berthing, Preserve; CPO Head, Preserve; CPO Stateroom, Preserve; Aft Steering Compartment, Partial Preserve and Renew Bulkhead Plating; Magazine Space, Preserve; Strut Cofferdams, Port and Starboard, Preserve; Bilge Surfaces Engine Room, Preserve; Bilges (Auxiliary Machinery Space), Preserve; Aft Berthing Head, Preserve; Aft Berthing, Preserve; Battery Space, Partial Preserve and Insulate; Decks - Exterior, Preserve (Non-Skid Broadcast Grit System); U/W Body, Preserve "100%"; Stern Tube Interior Surfaces, Preserve 100%; Hull Plating Freeboard, Preserve - "100%"; Superstructure, Preserve "Partial"; Cathodic Protection System (Bilge and Sea Chest), Renew; Cathodic Protection System, Inspect and Maintain; Floating Deck System (Galley and Mess Deck), Renew; Drydocking; Temporary Services, Provide; Data Service, Provide; Cofferdams in Galley, Install; Fire Suppression System, Upgrade; Structural, Fire Hose Racks, Renew; Insulation, Bulkhead/Overhead, Renew; Perform Full Propulsion System Alignment; Piping, Potable Water, Renew; Repair Aux Void Hatch; Rails, Life Line Stanchion, Renew; Engine Room Hull & Structural Members, Inspect and Repair; Main Weather Deck Gusset Renewal; Piping, Air Conditioning, Repair and Insulation Renew. The NAICS code assigned to this procurement is 336611 with a size standard of 1000 employees. The acquisition will be issued as a Best Value Request for Proposal on or about 31 August 2012, a Request for Proposals (RFP) will be available electronically at http://www.fedbizopps.gov. This requirement will be evaluated using Past Performance and Price, whereas Past Performance is significantly more important the Price. Hard copies of the specification and solicitation will not be issued. 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. The CD-ROM(s) contain WINDOWS compliant raster/vector formats. 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 that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. 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 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 three (3) days from the solicitation issuance. The CD-TOM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc.). Point of Contact Gerald Acock, Contract Specialist, Phone (808) 843-3876, Fax (808) 843-3883, email gerald.r.acock@uscg.mil Place of Contract Performance Contractors Facility located on Oahu in the State of Hawaii
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG80-13-R-P45022/listing.html)
 
Place of Performance
Address: Contractors certified facility located in the State of Hawaii on the Island of Oahu, Hawaii, United States
 
Record
SN02846288-W 20120822/120820235132-dfd43fa7a870cca330593de36a0e465b (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.