Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2013 FBO #4260
SOLICITATION NOTICE

20 -- CGC KODIAK ISLAND DRYDOCK REPAIRS

Notice Date
7/22/2013
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-14-Q-P45017
 
Archive Date
8/17/2013
 
Point of Contact
Jaime R. Smith, Phone: 7576284646, Susan A. Kreider, Phone: 7576284644
 
E-Mail Address
Jaime.R.Smith@uscg.mil, susan.a.kreider@uscg.mil
(Jaime.R.Smith@uscg.mil, susan.a.kreider@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SYNOPSIS: DRYDOCK REPAIRS USCGC KODIAK ISLAND (WPB-1341) The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring dry dock repair services for the U.S. Coast Guard Cutter (USCGC) KODIAK ISLAND (WPB-1341) under REQUEST FOR QUOTATION (RFQ) HSCG80-14-Q-P45017. This requirement is a Set-Aside for owners of Service Disabled Veteran Owned Small businesses pursuant to the Small Business Act and FAR Part 19.14. All Service Disabled Veteran Owned small businesses 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 RFQ/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. An offeror without a record of relevant past performance will not be evaluated favorably or unfavorably on past performance. The RFQ/solicitation HSCG80-14-Q-P45017 will be issued on or about August 5, 2013 with a closing date for receipt of QUOTES on or about Sep 06, 2013, 1:00 P.M. EST. The RFQ 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 September 01, 2013. 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 September 01, 2013 at 1:00pm EST. After this date further requests may not be accepted due to time constraints. DRY DOCK Repairs Specification: Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) KODIAK ISLAND (WPB-1341), a 110 Foot "C Class" Patrol Boat. The vessel is home ported in Key West, FL. All work will be performed at the contractor's facility. This vessel is geographically restricted to about 576 Nautical miles one way, or 1152 Nautical miles round trip from the cutter's homeport of Key West, FL. Scope of Work: The scope of the acquisition is for the dockside repairs of the USCGC KODIAK ISLAND (WPB-1341). This work will include, but is not limited to the following items: Hull Plating, U/W Body, Inspect Hull Plating (U/W Body), Ultrasonic Testing Aluminum Hull and Structural Repairs - 1/4" Plate Aluminum Hull and Structural Repairs - 3/16" Plate Aluminum Hull and Structural Repairs - 5/16" Plate. Hull and Structural Plating Repairs -Crack (Aluminum Hull and Structural Plating Repairs - Crack (Steel) Hull and Structural Plating Repairs - Eroded Weld (Aluminum) Steel Hull and Structural Plating Repairs (5-Pound) Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound) Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) 12: Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) Hull and Structural Plating - 10.0-Pound Steel, Repair 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 Surfaces Tanks, Air Test Tanks (Potable Water), Clean and Inspect Tanks (Dirty Oil and Waste), Clean and Inspect Main Diesel Engine, Renew Propulsion Shafting, Remove, Inspect, and Reinstall Mechanical Shaft Seal Assemblies, Overhaul Propulsion Shaft Bearings (External), Renew Propulsion Shaft, Stern Tube Forward Bearing, Renew Propellers; Remove, Inspect, and Reinstall Exhaust System, MDE, Inspect SW Heat Exchangers; Clean, Inspect and Hydro Fathometer Transducer, Renew Speed Doppler, Renew, Doppler Valve, Overhaul Sea Valves and Waster Pieces, Overhaul or Renew Sea Strainers - Duplex (All Sizes), Overhaul Steering Gear (General), Overhaul Rudder Assembly, Remove, Inspect and Reinstall Fin Stabilizers (General), Overhaul Single Point Davit (Appleton SEB) Level 2, Inspection Tanks, (Grey Water) Clean and Inspect Tanks, (Sewage Holding) Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush Tanks (Sewage Holding), Preserve "100%" Tanks (Sewage Holding), Preserve "Partial" Tanks (Aft Grey Water), Preserve "100%" Tanks (Aft Grey Water), Preserve "Partial" Tanks (Dirty Oil), Preserve "100 Tanks (Dirty Oil), Preserve "Partial" Tank (Oily Water), Preserve "100%" Tanks (Oily Water), Preserve "Partial" Tanks (Potable Water), Preserve "100%" Tanks (Potable Water), Preserve "Partial" U/W Body, Preserve "100%" U/W Body, Preserve "Partial - Condition A" U/W Body, Preserve "Partial - Condition B" U/W Body, Preserve "Partial - Condition C" Stern Tube Interior Surfaces, Preserve 100% Hull Plating Freeboard, Preserve - Partial Superstructure, Preserve "Partial" Cathodic Protection System (Bilge and Sea Chest), Renew Cathodic Protection System, Inspect and Maintain Drydocking Temporary Services, Provide Data Service, Provide Sea Trial Performance, Provide Support Firemain Valves, Overhaul Or Renew Bilge and Ballast Valves, Overhaul or Renew Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) Aft Head, Shower Stall, Renew Battery Space, Bilge, Insulate Bulkhead, Interior, Preserve Deck, Foundation Mount, HF Antenna, Renew Deck Covering (Interior Wet), Renew Deck Drains, Interior, Renew Exhaust Piping, SSDG, Inspect and Repair Forward Head, Preserve Gooseneck Vents, Repair Grey Water Pumps and Piping, Install New Hull, Side Shell (CPO Head), Preserve Hull, Structural, Magazine Locker, Preserve and Insulate Hull, Structural, Transverse Frame, Repair Hull, Superstructure, F/O Transfer Station, Repairs Joiner Bulkhead Panels, Messdeck, Renew Installation of a Void Box Rails, Life Line Stanchion, Renew Rudder, Upper Bearing Housing, Renew Shelving, Aft Steering, Renew Soft Patch Plating, Inspect and Repair Steel Hull and Structural Plating Repairs (7-Pound) Steering Compartment, Insulate Steering Tie Rod, Renew Stern Flap Repairs - Eroded Weld. Tanks, Gooseneck Vents and Piping, Renew Tanks, Sewage, Structural Repairs Through-Deck Packing Gland, Renew Structural Closure, Watertight Door, Renew Structural Closure, Watertight Hatch, Renew Hull Structural, Transom Mounted Run Ladder, 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 ninety-four (94) calendar days with a start date of 30 October 2013 and end date of 31 January 2014. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606 8220. 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 Jaime Smith at Jaime.R.Smith@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-14-Q-P45017/listing.html)
 
Place of Performance
Address: At the contractor's facility, United States
 
Record
SN03123544-W 20130724/130722235111-2f358e2c185abd0a22266dc2cb78e650 (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.