SOLICITATION NOTICE
J -- CGC MARIA BRAY DOCKSIDE
- Notice Date
- 12/22/2014
- 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
- HSCG85-15-Q-P45420
- Point of Contact
- Iran.N.Walker, Phone: (757)628-4563, Kathryn E Stark, Phone: 757 628-4588
- E-Mail Address
-
Iran.N.Walker@uscg.mil, kathryn.e.stark@uscg.mil
(Iran.N.Walker@uscg.mil, kathryn.e.stark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard Surfaces Force Logistic Center intends to issue a Commercial Request for Quote (RFQ) for Dockside Repairs to the USCGC MARIA BRAY. The acquisition will be solicited as a Total 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, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The simplified acquisition will be issued as a Best Value, Request for Quote (RFQ), on or about December 31, 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 Iran Walker at (757) 628-4563 or email iran.n.walker@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 iran.n.walker@uscg.mil. Contractor shall provide all necessary materials, equipment, and personnel to Dockside repairs to the USCGC MARIA BRAY. The USCGC MARIA BRAY is home pier is Atlantic Beach, FL. Geographic Restriction: Restricted to the home pier. SCOPE OF WORK: The scope of the acquisition is for the Dockside repairs of the USCGC MARIA BRAY. This work will include, but is not limited to the following work items: D-001 Tanks (MP Fuel Stowage and Overflow), Clean and Inspect D-002 Tanks (MP Fuel Service), Clean and Inspect D-003 Tanks (Hydraulic Oil Stowage and Service), Clean and Inspect D-004 Tanks (Lube Oil), Clean and Inspect D-005 Voids (Accessible), Clean and Inspect D-006 Tanks (Dirty Oil and Waste), Clean and Inspect D-007 SW Heat Exchangers, Clean, Inspect and Hydro D-008 Circuit Breakers (60 Hz), Inspect and Test D-009 Vent Ducts (Engine and Motor Room All), Commercial Cleaning D-010 Vent Ducts (Galley and Pantry Room All), Commercial Cleaning D-011 Vent Ducts (Laundry Exhaust), Commercial Cleaning D-012 Oil Content Meter, Calibrate D-013 Hydraulic Chain Stoppers, Inspect and Service - Tier II D-014 Hydraulic Inhaul Winch, Inspect and Service - Tier II D-015 Warping Capstan (Aft), Inspect and Service - Tier II D-016 Single Point Davit, Level 2 Inspect and Repair D-017 Buoy Crane, Inspect and Service - Tier II D-018 Sewage Vacuum Collection and Holding Tanks, Clean and Inspect D-019 Oily Water Separator, Overhaul D-020 Deck Machinery/Weight Handling Gear, Preserve - Tier I D-021 Deck Covering (Interior Wet/Dry), Renew D-022 Deck Covering (Interior Wet/Dry), Renew D-023 Vent Ducts (All Other), Commercial Cleaning D-024 Vent Fans and Motors, Renew O-024 Buoy Deck Cleats, Modify (OPTION) D-026 Decks (Pump Room - Areas Under Pedestal Bearings), Preserve D-027 Propulsion Thruster Room Insulation, Renew D-028 Weather tight Doors, Repair Anticipated Period of Performance: The period of performance is anticipated to be for FORTY TWO (42) calendar days with a start date of 12 MAY 2015 through 24 JUNE 2015 (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. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. This solicitation is Subject to Availability of Funds. 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/HSCG85-15-Q-P45420/listing.html)
- Record
- SN03602611-W 20141224/141222234537-2ebd18b4e14fbff8b511b92597e0fc43 (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 |