Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2013 FBO #4235
SOLICITATION NOTICE

20 -- SCHEDULED DOCKSIDE RPAIRS USCGC JOSHUA APPLEBY (WLM-556) FY14 - Specification

Notice Date
6/27/2013
 
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
HSCG85-14-Q-P45002
 
Archive Date
8/20/2013
 
Point of Contact
Jay S McReynolds, Phone: 510-637-5975, Jack Rodman, Phone: (510) 637-5988
 
E-Mail Address
jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil
(jay.s.mcreynolds@uscg.mil, Jack.E.Rodman@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification 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 Dockside Repairs for the United States Coast Guard Cutter: JOSHUA APPLEBY (WLM-556). The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain 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 July 3, 2013. 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 JOSHUA APPLEBY (WLM-556) will be available from November 5, 2013 through December 17, 2013 (43) forty-three days after vessel becomes available. PLACE OF PERFORMANCE: The place of performance will be at the Cutter's Home Port, 600 8th Avenue SE St. Petersburg, FL 33701 DESCRIPTION OF WORK The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC JOSHUA APPLEBY (WLM-556). This work will include, but is not limited to: ITEM DESCRIPTION D-001 Circuit Breakers (60 Hz), Inspect and Test D-002 Vent Ducts (Engine and Motor Room All), Commercial Cleaning D-003 Vent Ducts (Galley and Pantry Room All), Commercial Cleaning D-004 Vent Ducts (Laundry Exhaust), Commercial Cleaning D-005 Vent Ducts (All Other), Commercial Cleaning D-006 Hydraulic Chain Stoppers, Overhaul D-007 Crossdeck Winches, Overhaul D-008 Hydraulic Inhaul Winch, Inspect and Service - Tier II D-009 Single Point Davit, Level 2 Inspect and Repair D-010 Buoy Crane, Inspect and Service - Tier II O-011 Fantail Ladder, Upgrade O-012 Weather Deck 02-03 Level Inclined Ladder, Upgrade O-013 Buoy Chain Winch and Cross deck winch Emergency Brake Release Hand Pump Modifications D-014 Deck Covering (Interior Wet/Dry), Renew D-015 Vent Space Decks, Preserve D-016 Temperature Control Valve, Renew D-017 Cargo Hatch, Repair D-018 Gunwale Plating, Renew D-019 Pyro Locker Foundation, Relocate D-020 Watertight Doors and Hatch (External), Renew O-021 Oil Containment Coamings, Repair D-022 Plumbing Drain and Vent Piping, Renew D-023 HP5 and HP6 Foundation, Renew D-024 Weather Deck Stuffing Tubes, Renew D-025 Fuel Oil Valves, Renew D-026 Sewage Tank Aerator Compressor, Renew D-027 Hand Rails and Stanchions Renew D-028 Bulkhead Plating Renew D-029 Gooseneck Vents, Renew D-030 Goose Neck Vent Pipes, Renew D-031 Plumbing Drain and Vent Piping, Renew O-00A Composite Labor Rate D-00B GFP Report D-00C Travel and Perdiem 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 EMCS Brendan Murphy at (727) 502-1569 email: Brendan.F.Murphy@uscg.mil or LTJG. Matt Weibel at (504) 253-4746, Mobile: (504) 329-4379, email: Matthew.D.Weibel2@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-14-Q-P45002/listing.html)
 
Place of Performance
Address: 600 8th Avenue SE, St. Petersburg, Florida, 33701, United States
Zip Code: 33701
 
Record
SN03101316-W 20130629/130627235401-e8491fea910fcfe8d63e3a264c21b814 (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.