Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2002 FBO #0098
SOLICITATION NOTICE

19 -- CGC HAWSER 02 DD AVAILABILITY

Notice Date
3/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DTCG80-02-FAB28
 
Response Due
4/25/2002
 
Archive Date
5/10/2002
 
Point of Contact
Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4675,
 
E-Mail Address
VNemara@MLCA.USCG.MIL, VNemara@MLCA.USCG.MIL
 
Description
The U. S. Coast Guard is issuing a synopsis subject to the Small Business Competitiveness Program and is open to all businesses, large and small. The request for quotation (RFQ) number is DTCG80-02-Q-FAB28. The North American Industry Classification System (NAICS) code is 336611. The solicitation package and specifications will be issued electronically on the FEDBIZOPPS web page on or about March 25, 2002 at http://www.eps.gov/. Please sign up for the Automatic Notification Service to receive an e-mail from FEDBIZOPPS when an action is taken under this solicitation. Hard copies will be provided only upon written request to Mark Corse. The estimated value of this procurement is between $100,000 and $500,000. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC HAWSER (WYTL 65614), a 65 FT Harbor Tug whose homeport is in Bayonne, NJ. This boat is restricted to protected waters between the Rhode Island/Connecticut border to the north and Toms River, NJ. All work will be performed at the contractor?s facility. The performance period is for 42 calendar days, and is expected to begin on or about July 15, 2002. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC HAWSER (WYTL 65614). This work will include, but is not limited to: Base Items: Clean and inspect diesel fuel oil tanks, Clean, inspect and disinfect potable water tanks, Clean and inspect sewage and grey water collection and holding tanks, Remove, inspect, and reinstall propeller shaft, Fabricate and install propeller seal retainer, Renew shaft covering, straighten shaft, Renew water-lubricated shaft bearings, Renew shaft sleeves, Remove and reinstall propeller, Clean and test grid coolers, Preserve transducer hull ring and install the V850 transducer, Overhaul and renew valves, Overhaul steering gear system, Remove, inspect and reinstall rudder assembly, Preserve and disinfect potable water tanks, Preserve sewage holding tank, Prepare and prime weather decks, preserve underwater body, Preserve freeboard, Provide temporary berthing, Routine drydocking, Install Fresh water spigot, Repair superstructure blemishes, Renew deck covering system, Renovate berthing spaces Provide logistics to cutter for systems that are affected during overhaul such as protective deck covering material, storage (paint and flammable stores), toilets and showers. Optional items: Welding, Renew shaft sleeves, Renew shaft covering, Renew stern tube sleeve, strut sleeve and stuffing box sleeve, Renew waster pieces, Preserve underwater body, Provide additional temporary logistics, and Provide composite labor rate. Trained welders, who have been certified by the applicable regulatory code performance qualification procedures, shall accomplish all welding and brazing. If your firm intends to submit an offer on this acquisition, please respond by e-mail to mcorse@mlca.uscg.mil or by fax (757) 628-4675/76. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. The contractor must request viewing of Coast Guard technical publications in writing at least 10 days prior to the date offers are due. Drawings are available on CD-ROM or in hard copy. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Questions may be referred to Mr. Mark Corse at (757) 628-4588 or Vanessa Nemara at (757) 628-4634.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00038125-W 20020310/020308213209 (fbodaily.com)
 
Source
FedBizOpps.gov 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.