SOLICITATION NOTICE
J -- MLB 47278: FY15 DRYDOCKING & REPAIR, STA. DEPOE BAY
- Notice Date
- 10/3/2014
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-15-Q-P30012
- Archive Date
- 12/3/2014
- Point of Contact
- Ryan R. dela Cruz, Phone: (510) 637-5989, Matthew S. Katsaris, Phone: 5106375928
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Surface Forces Logistics Center, Contracting Procurement Branch 3, intends to issue a Commercial Request for Quote (RFQ) for Drydock Repair of the MLB 47278, a 47' Motor Life Boat (RB-M) homeported at USCG Station Depoe Bay in Depoe Bay, OR. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This availability is subject to availability of funds. This acquisition will be issued as a Best Value Request for Quote (RFQ), on or about 20OCT2014. The due date for quotes is estimated to be 19NOV2014 but the final deadline for submission of proposals shall be established upon release of the solicitation. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https://fbo.gov. Hard copies of the solicitation and specification will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for the RFQ release and all subsequent amendments. FEDBIZOPPS contains an option for automatic notification service. This Requirement will be evaluated using past performance as an evaluation factor. THE ACQUISITION WILL BE SOLICITED AS A TOAL SMALL BUSINESS SET-ASIDE. The government intends to award one contract as a result of the solicitation. This availability is geographically restricted to a facility located within an area no greater than 400 nautical from the vessel's assigned station. The anticipated Period of performance is sixty (60) calendar days, beginning on 09DEC2014. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the issuance of the solicitation. CD-ROM (s) will be sent via FED-EX. The CD-ROM (s) contain Windows compliant raster/vector formats (e.g.*DWF, etc.). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the MLB 47278. This work may include, but is not limited to: 1. General Welding, Provide 2. Ultrasonic Testing (U/W Body) Shots, Perform 3. Hull Plating (U/W Body), Inspect 4. Rub Rail, Inspect - In Place 5. Bulkhead Penetrations, Frame 5, Inspect 6. Rub Rail, Remove, Inspect and Install 7. Appendages (U/W), Leak Test 8. Accessible Spaces, Inspect 9. Tanks (MP Fuel Service), Clean and Inspect 10. Buoyancy Chamber(s), Clean and Inspect 11. Mast, Inspect 12. Propulsion Shaft, Remove Inspect and Install 13. Water Lubricated Bearings, Renew 14. Propellers, Remove, Inspect, and Reinstall 15. Various Piping, Inspect 16. Lazarette Intake Vent, Inspect 17. Sea Valves, Renew 18. Sea Strainers - Duplex (All Sizes), Overhaul 19. Diesel Tank, Refuel 20. Fuel Root Valves, Renew 21. Steering System, Inspect 22. Rudder Assembly, Remove, Inspect and Reinstall 23. U/W Body, Preserve (100%) 24. Cathodic Protection / Zincs, Renew 25. Marine Chemist Services, Provide 26. Drydocking 27. Time Compliance Technical Order (TCTO), Complete 28. Temporary Services, Provide 29. Sea Trial Performance, Support, Provide 30. Standard Hoses, Renew Contractors shall provide a current certification of its drydocking facility/travel lift/or crane as required by the specification, Routine Drydocking Work Item, and SFLC Standard Specification 8634_STD. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. For further information or questions regarding this solicitation, please contact Mr. Ryan dela Cruz at (510) 637-5989 or email: Ryan.R.delaCruz@uscg.mil or Mr. Matt Katsaris at (510) 637-5928 or email: Matthew.S.Katsaris@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-P30012/listing.html)
- Place of Performance
- Address: CONTRACTOR PROVIDED FACILITY LOCATED WITHIN GEO-RESTRICTED AREA, United States
- Record
- SN03542330-W 20141005/141003234210-53dc53a1a4dbb2d32e7677e312fedbfc (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 |