SOLICITATION NOTICE
J -- USCGC ADELIE - Dry Dock Repairs
- Notice Date
- 3/18/2014
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG80-14-Q-P45B54
- Archive Date
- 9/9/2014
- Point of Contact
- Bernie Caguiat, Phone: 5106375887, Andrew J. Northcutt, Phone: 757-441-7032
- E-Mail Address
-
Bernie.C.Caguiat@uscg.mil, andrew.j.northcutt@uscg.mil
(Bernie.C.Caguiat@uscg.mil, andrew.j.northcutt@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard, Surface Forces Logistics Center, Oakland, CA intends to issue a Commercial Request for Quote (RFQ) for dry dock and repairs to the CGC ADELIE (WPB-87333) an 87-Foot Coastal Patrol Boat Cutter. The NAICS Code is 336611. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13.5 Test Program. The simplified acquisition will be issued as a Total Small Business Set-Aside. Request for Quotes (RFQ) will be issued on or about March 28, 2014. The acquisition is to perform dry dock and repairs to the CGC ADELIE. The vessel is geographically restricted to a facility located in the Strait of Juan de Fuca and Puget Sound, WA. The Period of Performance for CGC ADELIE is fifty (50) calendar days from 22 July 2014 through 09 September 2014. All work will be performed at the contractor's facility within the geographical restriction as stated above. The solicitation will be issued electronically via the Federal Business Opportunity web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. Hard copies of the specification and solicitation will not be issued. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the CGC ADELIE. This work may include, but is not limited to: Safety Rail, Renew Perform Ultrasonic Thickness Measurements (D) Perform Ultrasonic Thickness Measurements (O) Bilge and Fire Pump Foundation Surfaces (Engine Room), Preserve (Partial) Oily Water Tank, Clean and Inspect (D) Tanks (MP Fuel Service), Clean and Inspect Decks - Exterior (Main Deck), Preserve Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting (D) Depth Sounder, Capastic Fairing, Renew (O) Main Engine/Reduction Gear, Realign Propulsion Shafts, Remove, Inspect, and Reinstall Propulsion Shaft, Straighten (O) Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew (O) Aft Water-Lubricated Propulsion Shaft Bearing, Renew (O) Intermediate Bearing Carrier, Renew (O) Aft Bearing Carrier, Renew (O) Stern Tubes, Interior Surfaces, Preserve 100% (O) Stern Tubes, Interior Surfaces, Repair (O) Propellers, Remove, Inspect, and Reinstall Fathometer Transducer, Renew (O) Speed Log, Skin Valve Assembly, Clean and Inspect (O) Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect and Repair Rudder Assemblies, Remove, Inspect and Reinstall (D) RHIB Notch Skid Pads, Inspect (D) RHIB Notch Skid Pad Studs, Renew (O) Stern Launch Door, Remove, Inspect and Reinstall (D) Grey Water Holding Tank, Clean and Inspect (D) Sewage Holding Tank, Clean and Inspect (D) Grey Water Piping, Clean and Flush (D) Sewage Piping, Clean and Flush (D) U/W Body, Preserve ("100%") (O) Hull Plating Freeboard, Preserve - Partial Cathodic Protection / Zincs, Renew (D) Interior Deck Covering System, Reseal Sewage Access Panel Frames, Renew Drydocking Provide (D) Telephone Service, Provide (D) Battery Charger, Install Mooring Bits, Renew (EC 087-B-037) (D) Install Stainless Steel Hull Inserts and Renew BMDE Concentric Rings (D) Handrail, Modify Install Halyard Ring Eye Bolts Rudder Angle Indicator Plate, Install If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Bernie.c.caguiat@uscg.mil. The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Proposals are due on or about April 28, 2014 at 10:00 a.m. Pacific Time and may be sent via: Email: Bernie.c.caguiat@uscg.mil or mailed to USCG Surface Forces Logistics Center ATTN: Bernie Caguiat 1301 Clay Street, Suite 800N Oakland, CA 94612
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-14-Q-P45B54/listing.html)
- Place of Performance
- Address: CONTRACTOR'S CERTIFIED FACILITY, ***Per PACAREAINST 3100.1G, this vessel is geographically restricted to a facility located in the Strait of Juan de Fuca and Puget Sound, WA., United States
- Record
- SN03312984-W 20140320/140318234406-cf9c2a338ed6a6ca9bbf3e715f7a1f09 (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 |