Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2016 FBO #5173
SOLICITATION NOTICE

J -- CG 52315: DRYDOCKING & REPAIR, STA. COOS BAY

Notice Date
1/20/2016
 
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
HSCG40-16-Q-P30573
 
Archive Date
3/10/2016
 
Point of Contact
Ryan R. dela Cruz, Phone: (510) 637-5989, Matthew S. Katsaris, Phone: 5106375928
 
E-Mail Address
Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard Surface Forces Logistics Center, Contracting Procurement Branch 3, intends to issue a Commercial Request for Quote (RFQ) for Drydocking and Repair of CG 52315, a 52' Motor Life Boat assigned to Station Coos Bay, OR. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This acquisition will be issued as a Best Value Request for Quote (RFQ), on or about 25JAN2016. The due date for quotes is estimated to be 24FEB2016 but the final deadline for submission of proposals shall be established upon release of the solicitation. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https://fbo.gov. Hard copies of the solicitation and specification will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for the RFQ release and all subsequent amendments. FEDBIZOPPS contains an option for automatic notification service. This Requirement will be evaluated using past performance as an evaluation factor. THE ACQUISITION WILL BE SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. The government intends to award one contract as a result of the solicitation. This availability will be geographically restricted to a USCG SFLC Certified facility located within the geo-restricted area. The restriction for this vessel is within 240 nautical miles of its assigned station, along a route where fuel and berthing services are available. The 52315 is assigned to Station Coos Bay, located at 63450 King Fisher Road, Coos Bay, OR 97420 The anticipated Period of performance is ninety-one (91) calendar days, beginning on 15MAR2016. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the issuance of the solicitation. CD-ROM (s) will be sent via FED-EX. The CD-ROM (s) contain Windows compliant raster/vector formats (e.g.*DWF, etc.). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the 52315. This work may include, but is not limited to: 1. General Welding, Provide 2. Hull Plating (U/W Body), Inspect 3. Ultrasonic Testing (U/W Body) Shots, Perform 4. Tanks (MP Fuel Service), Clean and Inspect 5. Non-potable water Tank, Inspect 6. Propulsion shaft, remove, inspect and install 7. Dripless Shaft Seal, Renew 8. Propulsion Stern Tube & Strut Bearings, Renew 9. Propellers, Remove, Inspect, and Reinstall 10. Standard Hoses, Renew 11. MDE Strainer, Renew 12. Sea Valves, Renew 13. Fuel Root Valves, Renew 14. Hydraulic Steering Oil System, Clean & Inspect 15. Hydraulic Steering Oil Piping, Repair & Renew 16. Rudder Assembly, Remove, Inspect and Reinstall 17. Rudder Stock Bearing, Renew 18. Cathodic Protection / Zincs, Renew 19. Enclosed Bridge, Window Frame Inspection 20. Main Diesel Engine & GENSET, remove & Install 21. U/W Body, Preserve "100%" 22. Hull Plating Freeboard, Preserve "100%" 23. Superstructure, "Preserve 100%" 24. Decks-exterior, Preserve ("Non-skid Broadcast Grit" System) 25. Non-machinery Bilge, Internal Surfaces, Preserve 26. Diesel Tanks, Refuel 27. Marine Chemist Services, Provide 28. Temporary Services, Provide 29. Routine Drydocking, Provide 30. Full Power Trial Performance, Provide Contractors shall provide a current certification of its drydocking facility/travel lift/or crane as required by the specification, Routine Drydocking Work Item, and SFLC Standard Specification 8634_STD. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. For further information or questions regarding this solicitation, please contact Mr. Ryan dela Cruz at (510) 637-5989 or email: Ryan.R.delaCruz@uscg.mil or Mr. Matt Katsaris at (510) 637-5928 or email: Matthew.S.Katsaris@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-P30573/listing.html)
 
Place of Performance
Address: USCG CERTIFIED CONTRACTOR PROVIDED FACILITY LOCATED WITHIN THE GEO-RESTRICTION, United States
 
Record
SN03995802-W 20160122/160120234149-e3cc91020c5946e39c823877aeff24dd (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.