SOLICITATION NOTICE
J -- DRYDOCK REPAIRS FOR THE USCGC BOLLARD
- Notice Date
- 2/3/2014
- 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
- HSCG85-14-Q-P45507
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quotes (RFQ) for DRYDOCK Repairs to the USCGC BOLLARD (WYTL 65614). The acquisition will be solicited as a SMALL BUSINESS Set-Aside. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation FAR Part 12, Acquisition of Commercial Items. The acquisition will be issued as a Best Value, Request for Quotes (RFQ), on or about February 12, 2014. The solicitation will be issued electronically on the FEDBIZOPPS web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFQ release and all subsequent amendments. Please sign up for the Auto Notification service to receive e-mail from FEDBIZOPPS when an action is taken under this solicitation. If you have questions regarding FEDBIZOPPS, contact Sandra Martinez at (757) 628-4591 or email sandra.a.martinez@uscg.mil. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests via e-mail sandra.a.martinez@uscg.mil. Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the USCGC BOLLARD, 65 FOOT SMALL HARBOR TUG. The vessel is home ported in NEW HAVEN, CT. All work will be performed at the contractor's facility. GEOGRAPHICAL RESTRICTION: TO AN AREA NO GREATER THAN 195 NAUTICAL MILES FROM THEIR HOMEPORT AND NO FURTHER THAN 10 NM OFF SHORE. SCOPE OF WORK: This work will include, but is not limited to the following work items: Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Propulsion Shaft Rope Guards, Inspect and Repair Appendages (U/W) - Internal, Preserve Tanks (MP Fuel Service), Clean and Inspect Tanks (MP Fuel Service), Preserve "100%" Tanks (Potable Water), Clean and Inspect Propulsion Shafting, Remove, Inspect, and Reinstall Stern Tube Interior Surfaces, Preserve 100% Propulsion Shaft Bearings (External), Check Clearances Propulsion Shaft Bearings (External), Renew Propeller, Remove, Inspect, and Reinstall Propeller, Perform Minor Repairs and Reconditioning Keel Coolers, Clean, Inspect and Hydro Rudder Assembly; Remove, Inspect and Reinstall Drydocking Temporary Services, Provide Handrails and Stanchions, Renew Fixed Ballast (Lead Ingots), Encapsulate AC Unit Foundation Renew Internal Structural Repair Pilothouse Plating Repair Pilothouse, Lead and Asbestos Coatings on Bulkhead and Overhead Surfaces, Partially Abate Tanks (Potable Water), Preserve 100% Dry Stores, Lead and Asbestos Coatings on Bulkhead and Overhead Surfaces, Partially Abate Forepeak Tank Vent Relocation Anticipated Period of Performance: The period of performance is anticipated to be for FORTY THREE (43) calendar days with a start date of 28 May 2014 through 09 July 2014 (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 employees. **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. ** All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact the Contracting Official listed above
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG85-14-Q-P45507/listing.html)
- Record
- SN03279743-W 20140205/140203234219-ed3a6193f803c0f608e6efcf1dd87d58 (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 |