Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2012 FBO #4009
SOLICITATION NOTICE

J -- Unplanned Dock-side of CGC SANGAMON - Specification

Notice Date
11/13/2012
 
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
HSCG85-13-Q-P30448
 
Point of Contact
Jay S McReynolds, Phone: 510-637-5975
 
E-Mail Address
jay.s.mcreynolds@uscg.mil
(jay.s.mcreynolds@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications for CGC SANGAMON FY13 Unplanned Dock-side The United States coast guard surface forces Logistics Center, Contracting and Procurement branch 2 IBCT Product Line intends to issue a Commercial Request for Quote for Unplanned Dockside Repairs for the United States Coast Guard Cutter: USCGC SANGAMON (WLR-65506), a 65' (B-CLASS) Small Buoy River Tender and USCGC BARGE (99005), 100' BARGE (A & B CLASS). 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 1000 employees. The simplified acquisition will be issued as a Best Value for Quote (RFQ) on or about November 14, 2012. The RFQ will be issued via the Federal business Opportunity (FEDBIZOPPS) website at http://www.fbo.gov/. This requirement will be evaluated using price and past performance as an evaluation factors. Hard copies solicitation will not be issued. It is incumbent upon the contractors to monitor the FEDBIZOPPS website for RFQ release and all subsequent amendments. FEDBIZOPPS also contains an optional automatic notification service. THE ACQUISITION WILL BE SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. The performance period will be based following Cutter's Availability dates and completion time: USCGC SANGAMON (WLR-65506), a 65' (B-CLASS) Small Buoy River Tender and USCGC BARGE (99005), 100' BARGE (A & B CLASS) will be available from November 28, 2012 through December 19, 2012 (22) twenty-two days after vessel becomes available. PLACE OF PERFORMANCE: The place of performance will be at the Cutter's Home Port: USCGC SANGAMON (WLR-65506), 97 Conference Center Dr., East Peoria, IL 61611. DESCRIPTION OF WORK The scope of the acquisition is for the Compartments Interior, Clean Lead Dust - Tender; Bilges (Machinery Space), Abate Lead Coatings - Tender; and Compartment Interior, Abate Lead and Asbestos Coatings on Bulkhead and Overhead Surfaces - Barge. This work will include, but is not limited to: PRICING SCHEDULE FOR: USCGC SANGAMON (WLR-65506) UNPLANNED DOCKSIDE AVAILABILITY FY2013 ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE D-001 Compartment(s) Interior, clean Lead Dust - Tender JOB 1 D-002 Bilges (Machinery Space), Abate Lead Coatings - Tender JOB 1 D-003 Compartment Interior, Partially Abate Lead and Asbestos Coatings on Bulkhead and Overhead Surfaces - Barge JOB 1 O-00A Composite Labor Rate Hours 270 D-00B GFP Report NSP EA D-00C Travel and Per-diem JOB 1 Total Price of Definite Items Total Price of Option Items Total Price of Definite and Optional Items The Specification for this project is posted with this pre-solicitation synopsis for review and comments from interested parties. Potential contractors are strongly encouraged to make a Ship Check. For access please contact MKC Michael Bacher at, (309) 258-2458 email: michael.e.bacher@uscg.mil Drawings on CD-ROM will be free of charge to contractors upon request. Contractors may contact Jay McReynolds at (510) 637-5975 or email: Jay.s.mcreynolds@uscg.mil. CERTIFICATIONS: All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. The Contractor shall ensure that all contractors and subcontractors performing hazardous material abatement and related tasks possess all applicable Federal and state certification licenses. For further information or questions regarding this solicitation, please contact Jay McReynolds at (510) 637-5975 or via email: Jay.s.mcreynolds@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-13-Q-P30448/listing.html)
 
Place of Performance
Address: 97 Conference Center Dr., East Peoria, Illinois, 61611, United States
Zip Code: 61611
 
Record
SN02929531-W 20121115/121113234304-a41ec25f0f4a536e52d8075a7bd67735 (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.