Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2013 FBO #4414
SOLICITATION NOTICE

20 -- DRYDOCK REPAIRS FOR USCGC PETREL (WPB 87350)

Notice Date
12/23/2013
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG-80-14-Q-P45074
 
Archive Date
4/25/2014
 
Point of Contact
Karen Mingo, Phone: 5106375973
 
E-Mail Address
karen.mingo@uscg.mil
(karen.mingo@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: DRY DOCK REPAIRS USCGC PETREL (WPB-87350) The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Oakland, CA is procuring dry dock repair services for the U.S. Coast Guard Cutter (USCGC) PETREL (WPB-87350) under REQUEST FOR QUOTATION (RFQ) HSCG80-14-Q-P45074. This requirement is a Set-Aside for owners of Small Business pursuant to the Small Business Act and FAR Part 19.502-2. All Small Business 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 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. The Coast Guard intends to award a fixed price contract resulting from this solicitation to a responsive, responsible contractor whose written quote is considered most advantageous to the Government both in price and other factors considered. The following factors shall be used to evaluate quotations 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. A vendor without a record of relevant past performance will not be evaluated favorably or unfavorably on past performance. The RFQ/solicitation HSCG80-14-Q-P45074 will be issued on or about 7 January 2014 with a closing date for receipt of QUOTATIONS on or about 18 February 2014, 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. DRY DOCK Repair Specification: Contractor shall provide all necessary, facilities, materials, equipment, and personnel to perform dry dock repairs to the USCGC PETREL (WPB-87350), a 87 Foot patrol Boat. The vessel's home port is San Diego, CA. All work will be performed at contractor's facility. This vessel is geographically restricted to the US West Couast and South. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Scope of Work: The scope of the acquisition is for the dry dock repairs of the USCGC PETREL (WPB-87350). This work will include, but is not limited to the following WORK ITEMS: 1. Perform Ultrasonic Thickness Measurements 2. Perform Ultrasonic Thickness Measurements 3. Hull and Structural Plating Repair 4. Dirty Oil Tank, Clean and Inspect 5. Oily Water Tank, Clean and Inspect 6. Tanks (MP Fuel Service), Clean and Inspect 7. Depth Sounder, Capastic Fairing, Renew 8. Main Engine/Reduction Gear, Realign 9. Propulsion Shafts, Remove, Inspect, and Reinstall 10. Propulsion Shaft, Repair 11. Propulsion Shaft, Straighten 12. Intermediate Water-Lubricated Shaft Bearing, Renew 13. Aft Water-Lubricated Propulsion Shaft Bearing, Renew 14. Intermediate Bearing Carrier, Renew 15. Aft Bearing Carrier, Renew 16. Stern Tubes, Interior Surfaces, Preserve 100% 17. Stern Tubes, Interior Surfaces, Repair 18. Propellers, Remove, Inspect, and Reinstall 19. Fathometer Transducer, Renew 20. Speed Log, Skin Valve Assembly, Clean and Inspect 21. HVAC System, Repair 22. Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, Repair 23. Rudder Assemblies, Remove, Inspect, and Reinstall 24. RHIB Notch Skid Pads, Inspect 25. RHIB Notch Skid Pad Studs, Renew 26. Stern Launch Door, Remove, Inspect, Reinstall 27. Grey Water Holding Tank, Clean & Inspect 28. Sewage Piping, Clean and Flush 29. Grey Water Holding Tank, Clean and Flush 30. Sewage Piping, Clean and Flush 31. U/W Body, Preserve ("100%") 32. Cathodic Protection/Zincs, Renew 33. Drydocking 34. Temporary Services, Provide 35. Telephone Services, Provide 36. Mooring Bits, Re\new 37. Battery Charger Install 38. Handrail, Modify 39. Hull Plating (Side Scan), Ultrasonic Testing 87" WPB 40. Hull Plating Freeboard, Preserve 41. HVAC Piping Tree, Renew 42. Install Stainless Steel Hull Inserts and Renew BMDE Concentric Rings 43. Propeller, Minor Reconditioning and Repairs, Perform 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 start on March 23, 2014 to May 24, 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 Karen Mingo at karen.mingo@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG-80-14-Q-P45074/listing.html)
 
Place of Performance
Address: US West Coast & South, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN03257516-W 20131225/131223235019-2206591e0dafb95238f343f950ee108a (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.