Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2015 FBO #5130
SOLICITATION NOTICE

20 -- FY16 WALNUT DD

Notice Date
12/8/2015
 
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
HSCG85-16-Q-P45187
 
Archive Date
3/25/2016
 
Point of Contact
Karen Mingo, Phone: 5106375973, Andrew G. Jacobs, Phone: 5106375974
 
E-Mail Address
karen.mingo@uscg.mil, Andrew.G.Jacobs@uscg.mil
(karen.mingo@uscg.mil, Andrew.G.Jacobs@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: DRYDOCK REPAIRS USCGC WALNUT (WLB 205) The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Oakland, CA is procuring drydock repair services for the U.S. Coast Guard Cutter (USCGC) WALNUT (WLB 205) under REQUEST FOR QUOTATION (RFQ) HSCG85-16-Q-P45187. This requirement is a Set-Aside for owners of Small Businesses pursuant to the Small Business Act and FAR Part 19.1303. 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 & Repair 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 firm-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 quotes and: 1. Price 2. Past Performance These factors will be applied to determine the best value to the Government. Past performance shall be approximately equal to price. A vendor without a record of relevant past performance will not be evaluated favorably or unfavorably on past performance. The RFQ/solicitation HSCG85-16-Q-P45187 will be issued on or about 14 DEC 2015 with a closing date for receipt of quotes on or about 13 JAN 2016 at 3:00 P.M. PST. 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 1301 Clay Street Suite 800N Oakland, CA 94612. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request. The CD-ROM (s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). Interested vendors are strongly encouraged to submit questions by 08 JAN 2016 at 3:00pm PST. After this date further requests may not be accepted due to time constraints. Drydock Repair Specifications: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to the U.S. Coast Guard Cutter (USCGC) WALNUT(WLB 205), whose homepier is located at 400 Sand Island Parkway, Honolulu, HI 96819-4398. All work shall be performed at All work shall be performed at contractor's shipyard, US West Coast, Hawaii, or the Territory of Guam. Also, contractors must submit current acceptable welding certifications and procedures. 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 drydock repairs of the USCGC WALNUT (WLB 205). This work will include, but is not limited to, the following WORK ITEMS: WORK ITEM 1: Hull Plating (U/W Body), Inspect WORK ITEM 2: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 3: Appendages (U/W), Leak Test WORK ITEM 4: Propulsion Shaft Fairwaters and Rope Guards, Inspect WORK ITEM 5: Appendages (U/W) - Internal, Preserve WORK ITEM 6: Tanks (Ballast), Clean and Inspect WORK ITEM 7: Tanks (Ballast), Clean and Inspect WORK ITEM 8: Propulsion Shaft Seals (Mechanical), Inspect and Clean WORK ITEM 9: Propulsion Stern Tube Bearings, Check Clearances WORK ITEM 10: Propulsion Shaft Bearings (External), Check Clearances WORK ITEM 11: Controllable Pitch Propellers, Clean and Inspect WORK ITEM 12: Controllable Pitch Propeller, System Maintenance WORK ITEM 13: Controllable Pitch Propeller Hub, General Maintenance, Perform WORK ITEM 14: Controllable Pitch Propeller Hub, Remove and Reinstall WORK ITEM 15: Fathometer Transducer, General Maintenance WORK ITEM 16: Underwater (Speed) Log Transducer(s), Renew WORK ITEM 17: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 18: Sea Strainers (All Sizes), Renew WORK ITEM 19: Sea Bay, Clean and Inspect WORK ITEM 20: Sea Bay, Preserve 100% WORK ITEM 21: Rudder Stock Bearings, Check Clearances WORK ITEM 22: Rudder, Inspect and Repair WORK ITEM 23: Thruster Units (Bow And Stern), Overhaul WORK ITEM 24: Hydraulic Inhaul Winch, Inspect and Service WORK ITEM 25: Rudder and Rudder Stock, Remove and Inspect WORK ITEM 26: Anchor Windlass, Inspect and Service WORK ITEM 27: Anchor Chain(s) and Ground Tackle, Inspect and Repair WORK ITEM 28: Buoy Crane, Inspect and Service WORK ITEM 29: Decks - Exterior (Buoy or Construction Deck), Preserve 100% WORK ITEM 30: U/W Body, Preserve (100%) WORK ITEM 31: U/W Body, Preserve (Partial - Condition A) WORK ITEM 32: U/W Body, Preserve (Partial - Condition B) WORK ITEM 33: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 34: Impressed Current Cathodic Protection System, Inspect and Maintain WORK ITEM 35: Impressed Current Cathodic Protection System Anodes, Renew WORK ITEM 36: Impressed Current Cathodic Protection System Reference Cells, Renew WORK ITEM 37: Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew WORK ITEM 38: Drydock WORK ITEM 39: Temporary Messing, Provide WORK ITEM 40: Scuttles, Upgrade WORK ITEM 41: Mechanical Chain Stoppers, Relocate WORK ITEM 42: Firemain Valves, Overhaul or Renew WORK ITEM 43: Hull Plating Freeboard, Preserve "100%" WORK ITEM 44: Propulsion Shaft Seals (Bulkhead), Overhaul WORK ITEM 45: Warping Capstan, Inspect and Service WORK ITEM 46: Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System) Boat Deck WORK ITEM 47: Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System) Bridge Wing WORK ITEM 48: Superstructure, Preserve "100%" WORK ITEM 49: Sewage Piping, Renewal WORK ITEM 50: Bilges (Machinery Space/Non-Machinery Space), Preserve WORK ITEM 51: Compartment Insulation Renew WORK ITEM 52: SORS Cargo Hold Bilges, Preserve WORK ITEM 53: SORS Tie Down Renew WORK ITEM 54: Vent Duct Systems, Renew WORK ITEM 55: Air Conditioning and Chill Water Insulation, Renewal WORK ITEM 56: Fuel Tank Vent, Renewal WORK ITEM 57: Clutch Air Piping, Renewal WORK ITEM 58: Ventilation Ducting 1-97-4-L, Renew WORK ITEM 59: Sewage Discharge Deck Connections, Renewal WORK ITEM 60: Ballast Tank Vent, Renewal WORK ITEM 61: Sea Trial Performance, Support, Provide WORK ITEM 62: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test WORK ITEM 63: Voids (Non-Accessible), Leak Test WORK ITEM 64: Voids (Non-Accessible), Internal Surfaces, Preserve WORK ITEM 65: Vent Ducts (Engine and Motor Room All), Commercial Cleaning WORK ITEM 66: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning WORK ITEM 67: Stack Lighting, Install WORK ITEM 68: Thruster Generator Clean & Inspect WORK ITEM 69: Incinerator, Overhaul and Repair WORK ITEM 70: Temporary Services, Provide - Cutter WORK ITEM 71: Propulsion Shafting; Remove, Inspect, and Reinstall WORK ITEM 72: SSDG Isolation Mount, Renew 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 begin on or about 06 APR 16 and end on or about 16 JUN 16. 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 Karen Scott at Karen.Scott@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-16-Q-P45187/listing.html)
 
Place of Performance
Address: US West Coast, Honolulu, Territory of Guam, United States
 
Record
SN03963874-W 20151210/151208234429-eb9b705870f9ffacd3b9034cba1afae2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.