Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS

J -- USCGC LEGARE (WMEC-912) DRYDOCK REPAIRS

Notice Date
May 16, 2001
Contracting Office
Commander (VPL), U.S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102
ZIP Code
23510-9102
Solicitation Number
DTCG80-01-B-3FAH53
Response Due
July 2, 2001
Point of Contact
Gail McDaniel, Contracting Officer, 757-628-4649, Michael E. Monahan, Supv. Contracting Officer, 757-628-4639
E-Mail Address
Gail McDaniel (GMcDaniel@mlca.uscg.mil)
Description
The U. S. Coast Guard has decided not to set aside this acquisition for HUBZone concerns, because no HUBZone certified business concerns complied with the requirements of the sources sought synopsis. The solicitation and specifications will be issued electronically at www.Fedbizopps.gov and upon request by mail on or around May 31, 2001. Bids will be due around July 2, 2001. Sign up for automatic notification on FEDBIZOPPS at www.Fedbizopps.gov. If you have questions regarding FEDBIZOPPS, contact Mr. Daniel Dyer at (757) 628-4646 or email djdyer@mlca.uscg.mil. The proposed contract listed here is part of the Small Business Competitiveness Demonstration Program. All responsible sources may submit a bid, which shall be considered by the United States Coast Guard. Provide all labor, material and equipment necessary to perform drydock repairs including but not limited to the following Base Items: (1) Clean and Inspect Diesel Fuel and JP-5 Fuel Tanks; (2) Clean and Inspect Sewage and Grey Water Collection and Holding Tanks; (3) Remove, Inspect, and Reinstall Propeller Shafts; (4) Renew Port Shaft Sleeves; (5) Renew Starboard Shaft Sleeves; (6) Overhaul Stern Tube Seals; (7) Renew Port Shaft Bearings; (8) Renew Starboard Shaft Bearings; (9) Remove and Reinstall Controllable Pitch Propeller Hubs; (10) Service Both Onboard Controllable Pitch Propeller Systems; (11) Preserve the Transducer Hull Rings; (12) Preserve the Transducer Hull Ring/Renew DSN-450 Doppler Speed Log Transducer; (13) Renew Insulation and Lagging; (14) Overhaul, Renew, and Test Valves; (15) Modify Stern Tube Seal Cooling Systems; (16) Service Rudder Assemblies; (17) Renew Fin Stabilizer Seals and Upgrade Bearings; (18) Overhaul Anchors and Anchor Chains; (19) Preserve Chain Lockers; (20) Preserve Ballast Tanks; (21) Preserve Freeboard; (22) Renew Cathodic Protection System; (23) Provide Temporary Logistics; (24) Routine Drydocking. Option Items include but are not limited to the following: (1) Minor Coating Repairs Sewage Tank, Grey Water Tank, Vacuum Collection Tank, Seal Water Tank, Hydropneumatic Tank; (2) Propeller Shafts rigging and crating; (3) Government-furnished Shaft Inspection; (4) Renew Shaft Covering (25%); (5) Waster Piece Renewals; (6) Service Rudder Assemblies -- Bearing Sleeve; (7) Lower Bearing Renewal; (8) Rudder stock thermal spray coating renewal; (9) Renew Fin Shaft Sleeve; (10) Preserve Underwater Body; (11) Provide Additional Temporary Logistics; (12) Composite Labor Rate; (13) Lay Days. Vessel's homeport is located in Portsmouth, Virginia. Vessel is a 270 Foot Medium Endurance Cutter. Vessel's availability schedule is for 49 calendar days starting September 10, 2001. The place of performance for this vessel is geographically restricted to 75 miles of its home moorings in accordance with homeport policy COMDTINST 3100.5. Orders for U. S. Coast Guard specification reference drawings must be placed within ten (10) days from the solicitation issuance date. There will be a non-refundable charge of $150.00 required in the form of a certified check or money order payable to the U. S. Coast Guard, MLCA, for a set of hard copy drawings. Drawings are now available on CD-ROM. The CD-ROM sets are available for all cutters and will be provided free of charge. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.TIF, *.TIF (group4), *.DWG, and *.DWF, etc.). All other referenced documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, Virginia. Funds are available for this procurement. This notice is for information purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at 1-800-532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning the acquisition, contact the Contracting Official listed above. Numbered Note 26 applies.
Record
Loren Data Corp. 20010518/JSOL005.HTM (W-136 SN50M2N3)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on May 16, 2001 by Loren Data Corp. -- info@ld.com