SOLICITATION NOTICE
J -- DRY DOCK USCGC LINE - PRE-SOLICITATION
- Notice Date
- 12/9/2014
- 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
- HSCG85-15-Q-P45424
- Archive Date
- 6/10/2015
- Point of Contact
- Timothy M. Shuhart, Phone: 7576284602, Kathryn E. Stark, Phone: 757-628-4588
- E-Mail Address
-
Timothy.M.Shuhart@uscg.mil, kathryn.e.stark@uscg.mil
(Timothy.M.Shuhart@uscg.mil, kathryn.e.stark@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION FOR THE CGC LINE DD PRE-SOLICITATION NOTICE: DRY DOCK REPAIRS USCGC LINE The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring dry dock repair services for the U.S. Coast Guard Cutter (USCGC) LINE (WYTL-65611) under REQUEST FOR QUOTATION (RFQ) HSCG85-15-Q-P45424. 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 HSCG85-15-Q-P45424 will be issued on or about 15 December 2014 with a closing date for receipt of QUOTATIONS on or about 09 January 2015, 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. QUESTIONS AND REQUEST FOR DRAWINGS: All reference documents are available for viewing at 300 East Main Street Suite 600 Norfolk VA 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than four (4) days from the solicitation issuance. The CD-ROM (s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). The last day to submit questions regarding this solicitation is on or about 31 December 2014 at 1:00pm EST. After this date further requests may not be accepted due to time constraints. DRY DOCK Repair Specification: Contractor shall provide all necessary, facilities, materials, equipment, and personnel to perform dry dock repairs to the U.S. Coast Guard Cutter (USCGC) LINE (WYTL-65611), a 65 foot Inland Ice Breaker. The vessel's home port is Bayonne, NJ. All work will be performed at the contractor's facility. This vessel is geographically restricted from 195 Nautical miles one way, or 390 Nautical miles round trip, and no further than 10 Nautical miles off shore from the cutter's homeport of Bayonne, New Jersey. (Subject to change at the discretion of the Government) 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 LINE (WYTL-65611). This work will include, but is not limited to the following WORK ITEMS: Hull Plating (U/W Body), Inspect Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Propulsion Shafting, Remove, Inspect and Reinstall Propeller, Remove, Inspect, and Reinstall Propeller, Perform Minor Repairs and Reconditioning Keel Coolers, Clean, Inspect and Hydro Fathometer Transducer, Renew Rudder Assembly, Remove, Inspect and Reinstall Boat Davit, Level 1 Inspect and Test U/W Body, Preserve (100%) Cathodic Protection / Zinc Anodes, Renew Dry docking Temporary Services, Provide - Tender Sea Trial Performance, Support, Provide Engine Room, Abate Lead-Based and Asbestos - Containing Coatings (100%) Tanks (MP Fuel Service), Clean and Inspect Propulsion Shafting, Straighten Stern Tube, Renew Stern Tube Interior Surfaces, Preserve 100% Hull and Structural Plating (General) - 10.2 - Pound Steel, Repair Hull and Structural Plating (General) - 12.75 - Pound Steel Plate, Repair Hull and Structural Plating (General) - 7.65 - Pound Steel Plate, Repair Hull and Structural Plating (General) - 15.3 - Pound Steel Plate Hull and Structural Plating (General) - Cracked Steel Welds, Repairs Tanks (MP Fuel Service), Preserve "100%" Tanks (MP Fuel Service), Preserve "Partial" Ships Office Soft Patch, Repair Hull Plating Freeboard, Preserve "100%" Full Pipe Fender Guard Sections, Renew Mast Support Bracket, Port Side Stack, Repair 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 be for forty four calendar days with a start date of 22 April 2015 and end date of 4 June 2015. 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 report 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 Iran Walker at Iran.N.Walker@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-15-Q-P45424/listing.html)
- Place of Performance
- Address: All work will be performed at the contractor's facility. This vessel is geographically restricted from 195 Nautical miles one way, or 390 Nautical miles round trip, and no further than 10 Nautical miles off shore from the cutter's homeport of Bayonne, New Jersey., United States
- Record
- SN03591374-W 20141211/141209234818-8b4bee9141118b9a5171ed13ee46cc24 (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 |