SOLICITATION NOTICE
J -- USCGC NEAH BAY (WTGB 105) DOCKSIDE REPAIRS FY15
- Notice Date
- 12/29/2014
- 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
- HSCG85-15-J-P45592
- Point of Contact
- Kathryn E. Stark, Phone: 7576284588
- E-Mail Address
-
kathryn.e.stark@uscg.mil
(kathryn.e.stark@uscg.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE: DOCKSIDE REPAIRS USCGC NEAH BAY (WTGB 105) The United States Coast Guard (USCG) Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring Dockside Repair Services for the U.S. Coast Guard Cutter (USCGC) NEAH BAY (WTGB 105) under REQUEST FOR QUOTATION (RFQ) HSCG85-15-Q-P45592. This requirement is a Set-Aside for owners of Service-Disabled Veteran-Owned Small Businesses pursuant to the Small Business Act and FAR Part 19.1405. All Service-Disabled Veteran-Owned Small Businesses 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-P45592 will be issued on or about 6 January 2015, with a closing date for the receipt of QUOTATIONS on or about 5 February 2015, 1:00 P.M. EST. The RFQ will be posted on the Government-wide Point of Entry (GPE), Federal Business Opportunities (FEDBIZOPPS or FBO), 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 the Federal Business Opportunities 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 27 January 2015 at 1:00pm EST. After this date further requests may not be accepted due to time constraints. DOCK SIDE Repair Specification: Contractor shall provide all necessary, materials, equipment, and personnel to perform Dockside Repairs to the USCGC NEAH BAY, a 140 foot WTGB Icebreaking Tug. The vessel's home pier is Cleveland, Ohio. All work will be performed at the vessel's home pier. 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 Dockside Repairs of the USCGC NEAH BAY (WTGB 105). This work will include, but is not limited to the following WORK ITEMS: • Chain Lockers, Clean and Inspect • Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean • Boiler Exhaust Stack Uptakes, Commercial Clean • Circuit Breakers (60 Hz), Inspect and Test • Anchor Chain(s) and Ground Tackle, Inspect and Repair • Anchor Windlass, Level 2 Inspect and Repair • Vertical Capstan, Level 2 Inspect and Repair • Boat Boom, Level 2 Inspect and Repair • Sewage Vacuum Collection Tanks, Clean and Inspect • Sewage Piping, Clean and Flush • Paint Containing Lead, Perform 100% Abatement (Optional) • Fixed Ballast (Lead Ingots), Replace and Encapsulate • Main Diesel Engine (MDE) Exhaust Piping, Commercial 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 thirty-five (35) calendar days with a start date of 19 May 2015 and end date of 23 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 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 Kathryn Stark at Kathryn.E.Stark@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-J-P45592/listing.html)
- Place of Performance
- Address: 1055 East 9th Street, Cleveland, Ohio, 44114-1092, United States
- Zip Code: 44114-1092
- Zip Code: 44114-1092
- Record
- SN03605784-W 20141231/141229234319-7167531bb7923326e77bd8a37a0a6fe5 (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 |