SOLICITATION NOTICE
J -- DRY DOCK REPAIRS FY2016 FOR USCGC WIRE (WYTL-65612)
- Notice Date
- 12/16/2015
- 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-P45279
- Archive Date
- 1/5/2016
- Point of Contact
- Mei S. Chan, Phone: (510) 637-5813, Natalie J. Rodriguez, Phone: 5106375965
- E-Mail Address
-
mei.s.chan@uscg.mil, natalie.j.rodriguez@uscg.mil
(mei.s.chan@uscg.mil, natalie.j.rodriguez@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice for Solicitation # HSCG85-16-Q-P45279. The United States Coast Guard Surfaces Forces Logistic Center intends to issue a Commercial Request for Quote (RFQ) for Dry Dock Repairs to WIRE (WYTL-65612). 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, Simplified Procedures for Certain Commercial Items. The simplified acquisition will be issued as a Best Value, Request for Quote (RFQ), on or about 21 December 2015. 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 Mei S Chan email at Mei.S.Chan@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 to Mei.S.Chan@uscg.mil. This requirement is for contractor to provide all necessary facilities, materials, equipment, and personnel to perform dry-dock, repairs to the U.S. Coast Guard Cutters - USCGC WIRE (WYTL-65612). All work will be performed at the contractor's facility. Coast Guard Cutter and Vessel Home Port: 154 Lighthouse Road, Saugerties, NY 12477 GEOGRAPHICAL RESTRICTION All dry-dock work shall be performed at the contractor's facility within a geographical restriction of an area no greater than 195 nautical miles from their homeport and not further than 10 nautical miles offshore. DESCRIPTION OF WORK: The scope of the acquisition for the DRYDOCK repairs of various items for the USCGC WIRE (WYTL-65612) FY2016 is listed as Attachment 2- Work Specification. This acquisition requires a Contractor with experience in overhauling, renewing and repairing various items onboard a 65 Foot "C CLASS" Buoy Tender. This work will include, but is not limited to: WORK ITEM 1: Hull Plating (U/W Body), Inspect WORK ITEM 2: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 3: Hull and Structural Plating (General) -10.2-Pound Steel, Repair WORK ITEM 4: Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Repair WORK ITEM 5: Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Repair WORK ITEM 6: Hull and Structural Plating (General) - 7.65-Pound Steel Plate, Repair WORK ITEM 7: Hull and Structural Plating (General) - Cracked Steel Welds, Repairs WORK ITEM 8: Hull and Structural Plating (General) - Degraded Weld (Steel), Repair WORK ITEM 9: Appendages (U/W), Leak Test WORK ITEM 10: Appendages (U/W) - Internal, Preserve WORK ITEM 11: Stern Tube, Renew WORK ITEM 12: Propulsion Shaft Bearings (External), Renew WORK ITEM 13: Propeller, Remove, Inspect, and Reinstall WORK ITEM 14: Propeller, Minor Repairs and Reconditioning, Perform WORK ITEM 15: Keel Coolers, Clean, Inspect and Hydro WORK ITEM 16: Sea Strainers (All Sizes), Renew WORK ITEM 17: Rudder Assembly; Remove, Inspect and Reinstall WORK ITEM 18: Boat Davit, Inspect and Service WORK ITEM 19: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 20: Hull Plating Freeboard, Preserve "100%" WORK ITEM 21: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 22: Drydock WORK ITEM 23: Temporary Services, Provide - Tender WORK ITEM 24: Sea Trial Performance, Support, Provide WORK ITEM 25: Lead-Based Paint and Asbestos-Containing Material, 100% Abatement, Perform WORK ITEM 26: Bilges, Preserve WORK ITEM 27: Propulsion Shafting, Modify WORK ITEM 28: Fathometer Transducer, Renew WORK ITEM 29: Lead-Based Paint, Perform Spot Abatement WORK ITEM 30: Port Void 3-13-4-V, Structural Plating (General) - 10.2-Pound Steel Plate, Repair WORK ITEM 31: Fan Space 1-26-2-Q, Structural Plating (General) - 12.75-Pound Steel Plate, Repair WORK ITEM 32: Port Void 3-13-4-V,Structural Plating (General) - 15.3-Pound Steel Plate, Repair WORK ITEM 33: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 34: U/W Body, Preserve (100%) WORK ITEM 35: Potable Water Shore Tie and Vent, Renew ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 20 April 2016 thru 02 June 2016 (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/VPLMLCP/HSCG85-16-Q-P45279/listing.html)
- Place of Performance
- Address: All dry-dock work shall be performed at the contractor’s facility within a geographical restriction of an area no greater than 195 nautical miles from their homeport and not further than 10 nautical miles offshore., United States
- Record
- SN03970744-W 20151218/151216234132-fd7a45f2ce668dc8b6c586c3c3033d97 (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 |