Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
SOLICITATION NOTICE

J -- Dockside repairs USCGC OCRACOKE WPB-1307

Notice Date
9/25/2012
 
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
HSCG80-13-R-P45051
 
Archive Date
11/13/2012
 
Point of Contact
Timothy M. Shuhart, Phone: 7576284602, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
Timothy.M.Shuhart@uscg.mil, susan.a.kreider@uscg.mil
(Timothy.M.Shuhart@uscg.mil, susan.a.kreider@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DOCKSIDE REPAIRS USCGC OCRACOKE (WPB-1307) The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring Dockside Repairs Services for the U.S. Coast Guard Cutter (USCGC) OCRACOKE (WPB-1307) under REQUEST FOR PROPOSAL (RFP) HSCG80-13-R-P45051. This requirement is Set-Aside 100% for Service Disabled Veteran Owned Small Business Concerns firms pursuant to the Small Business Act and FAR Part 19.14. All Small Business Concerns may submit offers, which shall be considered by the United States Coast Guard. The applicable North American Industry Classification System (NAICS) Code is 336611 for SHIP BUILDING AND REPAIRING with a Size Standard of 1,000 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. The RFP/solicitation will be issued pursuant to FAR 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. The Coast Guard intends to award a fixed price contract resulting from this solicitation to a responsive, responsible contractor whose written proposal is considered most advantageous to the Government both in price and other factors considered. The following factors shall be used to evaluate offerors' proposals and are in descending order of importance: 1. Past Performance 2. Price Factors 1-2 will be applied to determine the best value to the Government. Please note Past performance is more important than price. The RFP/solicitation HSCG80-13-R-P45051 will be issued on or about September 26, 2012 with a closing date for receipt of PROPOSALS on or about October 29, 2012, 3:00 P.M. EST. The RFP will be posted on the Governmentwide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov or https://www.fbo.gov. Please sign up for the Auto Notification Service to receive an email from Federal Business Opportunity website when an action is taken under this solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS AND REQUEST FOR DRAWINGS: All reference documents are available for viewing at 300 East Main Street Suite 600 Norfolk VA 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than four (4) days from the solicitation issuance. The CD-ROM (s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). The last day to submit questions regarding this solicitation is on or about October19, 2012 at 3:00pm EST. After this date further requests may not be accepted due to time constraints. DOCKSIDE Repairs Specification: Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the U.S. Coast Guard Cutter (USCGC) OCRACOKE (WPB-1307), a 110 Foot "A CLASS" Patrol Boat. The vessel's homeport is at 600 8th Ave SE ST Petersburg, FL 33701. All work will be performed at the vessel's homeport. Scope of Work: The scope of the acquisition is for the dockside repairs of the USCGC OCRACOKE (WPB-1307). This work will include, but is not limited to the following items: Main Diesel Engines, Renew Hull, Interior Bulkheads, Preserve and Insulate Hull, Structural, Stern Deck Plating, Renew Hull, Structural Closures, Renew Piping, Packing Gland, (P-100), Renew Piping, Sea Water Cooling, Steering System, Upgrade Stanchions, Engine room, Repair All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Period of Performance: The period of performance is anticipated to be for sixty (60) calendar days with a start date of 19 February 2013 and end date of 20 April 2013. CCR: Interested parties should register in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. All parties are encouraged to continually monitor the Federal Business Opportunity website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Timothy Shuhart at Timothy.M.Shuhart@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-13-R-P45051/listing.html)
 
Place of Performance
Address: 600 8th ave, SE, St. Petersburg, Florida, 33701, United States
Zip Code: 33701
 
Record
SN02897804-W 20120927/120926002035-0dc70f0718f3512580961b24340ba229 (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.