Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
MODIFICATION

J -- DRYDOCK REPAIRS FOR THE USCGC KEY BISCAYNE (WPB 1339)

Notice Date
9/9/2002
 
Notice Type
Modification
 
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
Reference-Number-DD-WPB1339
 
Response Due
9/12/2002
 
Point of Contact
Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676,
 
E-Mail Address
cfloyd@mlca.uscg.mil
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns only. The estimated value of this procurement is between $150,000.00 and $250,000.00. The small business size standard is less than 1,000 employees. The acquisition is for drydock repairs to the USCGC KEY BISCAYNE (WPB 1339), a 110 foot ?C? Class Patrol Boat. The homeport of the USCGC KEY BISCAYNE is located in St. Petersburg, FL. The performance period is 42 calendar days and is expected to begin on or about. The work items include but are not limited to: welding repairs; inspect engine room skeg top plate; install structural reinforcements for potable water tanks; clean and inspect fuel and waste oil tanks; remove and dispose of fuel; remove and dispose of oil and oily water; remove, inspect, and reinstall propeller shafts; perform stern tube/strut alignment inspection; inspect government-furnished propeller shaft; inspect bronze sleeves in various shaft packing areas; remove, fabricate, fit and install shaft packing bronze sleeves; renew water lubricated propeller shaft bearings; remove and reinstall propellers; repair propeller root erosion; balance propeller; inspect MDE exhaust system and install new exhaust valves; renew 18 x 12 inch exhaust transition piece; preserve transducer hull ring; overhaul and renew valves; remove, inspect, and reinstall rudder assemblies and install new motor controllers; renew rudder upper bearing; renew rudder lower bearing; overhaul stabilizing fins; renew lower fin stock bearing; preserve bilge areas below fin stabilizers; preserve and disinfect potable water tanks; preserve sewage and grey water collection and holding tanks; preserve sewage tank; preserve aft grey water tank; preserve underwater body; renew draft figures; preservation of underwater body appendages; Condition ?A?, ?B?, or ?C? of underwater body; inspect and maintain cathodic protection system; renew cathodic anode; renew reference electrode; renew capastic fairing; renew entire capastic fairing; renew entire capastic fairing; renew capastic fairing ? partial; provide temporary logistics; routine drydocking; install spray rail extensions; install stern flap; inspect bilge plating and renew noise damping tiles in the battery space compartment; renew plating and framing in the forepeak; install shaft seals; improve ventilation in aft berthing compartment; preserve sewage auxiliary space bilges; inspect and test shell plate in the engine room. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued under full and open competition procedures. However, in accordance with FAR 19.1305, if your firm is HUBZone certified and intends to submit an offer on this acquisition, please respond by e-mail to cfloyd@mlca.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Cindy Floyd at (757) 628-4653. In your response please include: (a) a positive statement of your intention to submit an offer for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by 12 September 2002. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone set aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone small business set aside or on an unrestricted basis will be posted on the FedBizzOps website at http://www.eps.gov. IN ACCORDANCE WITH LANTAREAINST 3100.A, THIS ACQUISITION IS RESTRICTED AS FOLLOWS: D7/D8: RESTRICTED FROM BROWNSVILLE, TX TO SHALLOTTEE INLET, NC.
 
Place of Performance
Address: CONTRACTOR'S FACILITY
 
Record
SN00161115-W 20020911/020909213246 (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.