SOLICITATION NOTICE
J -- POLAR STAR FY14 DRYDOCKING & REPAIRS
- Notice Date
- 3/12/2014
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-14-R-P-P45C85
- Point of Contact
- James S. Altice, Phone: 206-217-6815
- E-Mail Address
-
James.S.Altice@uscg.mil
(James.S.Altice@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard, Surface Force Logistics Command, C&P2, LRE, will be issuing a commercial solicitation for the FY14 Drydocking and Repairs of CGC POLAR STAR (WAGB 10) whose home port is Seattle, WA. This procurement is a successor to solicitation HSCG85-14-R-P45453 which was cancelled 3/8/14. The eventual contract will be performed at the contractor's certified drydock facility. This procurement is not set aside and will be subject to full and open competition. This project falls under NAICS 336611 which establishes the threshold for business size at 1,000 annualized employees. The awarded period of performance for the basic requirement will be 90 calendar days. Offerors shall specify their proposed 90-day period of performance between the earliest start date of 6/4/14 and the latest completion date of 11/13/14. Only one contract will be awarded for this procurement. Foreseeable costs will be included in price evaluation of offers. The geographic restriction for this procurement is the West Coast of the United States (WA, OR, CA). Offerors will be required to submit with their offers: 1) pre-award drydock certifications and calculations per SFLC Std Spec 8634. 2) pricing for the work items listed below and optional composite labor hour and lay day rates. NOTE: cost breakdowns will be required with proposal submission (see applicable solicitation provisivion once posted) 3) identification of the proposing shipyard's drydocking location. 4) affirmation of the proposing shipyard's ability to comply with arrival-to-docking interval specified in SFLC Std Spec 8634, para 3.4.2.4. 5) if the offeror is a large business, a subcontracting plan IAW FAR 19.704. Following are the work items in the package (All are definite items): Production Gantt Bar Chart, Provide Appendages and Voids (U/W), Leak Test Appendages and Voids (U/W) - Internal, Preserve CL Prop Shafting & Prop Removal & Reinst Port Prop Shafting & Prop Removal & Reinst Stbd Prop Shafting & Prop Removal & Reinst CL Shaft OD Box, Open, Clean, Insp, & Report Prop Shaft Seal; Clean, Inspect, & Ovhl Propulsion Shaft Coating, Inspect Shaft Handling Eqpt, Preventative Maint Prior to Use Prop Shaft Bearings, Check Clearances Prop Shaft Bearing Housings (External), Insp & Repair Propulsion Shafting, Strain Gauge Alignment Check Sea Strainers (Hayward) Open, Clean, and Inspect Sea Valves and Waster Pieces, Overhaul or Renew Rudder Removal and Inspection Cathodic Protection / Zinc Anodes, Renew U/W Body, Preserve (Partial) Drydocking Temporary Services, Provide Temporary Fuel Oil Offload And Storage Drydock Sea Trial Performance, Provide Support
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-14-R-P-P45C85/listing.html)
- Place of Performance
- Address: Contractor's certified drydocking facility within the geographic restriction area., United States
- Record
- SN03308452-W 20140314/140312234610-a072e8959f7540a7aad84b02f8973aac (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 |