Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

J -- DRYDOCK AND REPAIR USCGC JEFFERSON ISLAND (WPB-1340)

Notice Date
1/22/2003
 
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
DTCG80-03-B-3FA759
 
Archive Date
1/22/2004
 
Point of Contact
Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676, - Marion Veber, Supervisory Contract Specialist, Phone 757-628-4633, Fax 757-628-4676,
 
E-Mail Address
kbrumfiel@mlca.uscg.mil, mveber@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 will be issued electronically at www.Fedbizopps.gov on or about February 7, 2003. You may sign up for the Auto Notification service at www.Fedbizopps.gov to receive an e-mail from FEDBIZOPPS when an action is taken under this solicitation. Please contact Mr. Kevin L. Brumfiel at (757) 628-4635 or kbrumfiel@mlca.uscg.mil for assistance using FEDBIZOPPS. Provide all labor, material and equipment necessary to dry dock and repair the USCGC JEFFERSON ISLAND (WPB-1340). Repairs include but are not limited to the following Base and Option items: (1) welding repairs; (2) inspect and renew skeg top plating in engine room; (3) remove, inspect, and reinstall propeller shafts; (4) inspect bronze sleeves in various shaft packing areas; (5) renew water lubricated propeller shaft bearings; (6) remove and reinstall propellers; (7) repair propeller root erosion; (8) inspect MDE exhaust system; (9) clean and inspect heat exchangers; (10) preserve transducer hull ring; (11) renew valves; (12) renew duplex sea strainers; (13) remove, inspect, and reinstall rudder assemblies and install new motor controllers; (14) overhaul stabilizing fins; (15) preserve bilge surfaces in engine room; (16) preserve forward peak void; (17) preserve forward peak compartment; (18) preserve and disinfect potable water tanks; (19) preserve sewage and grey water collection and holding tanks; (20) preserve underwater body; (21) preserve freeboard; (22) inspect and maintain cathodic protection system; (23) renew capastic fairing; (24) provide temporary logistics; (25) routine dry docking; (26) reseal engine room soft patch; (27) install structural reinforcements for potable water tanks; (28) renew anchor teardrop doubler plate; (29) renew QAWT door; (30) install shaft seals; (31) modify flooding alarm panel; (32) renew joiner bulkhead panels in ET space; (33) remove insulation and preserve aft steering space; (34) remove insulation and preserve battery space; (35) preserve auxiliary space bilges; (36) renew floating deck in galley and mess deck; (37) composite labor rate; (38) GFP Report in Accordance With Solicitation Section H; and (39) lay days. The vessel is a 110 Foot C Class Patrol Boat, which is 110 feet in length, and 21 feet 3 inches in width. The vessel?s home pier is located at 259 High Street in South Portland, ME 04106-0007. The performance period is FORTY-ONE (41) calendar days beginning on or about April 07, 2003. The place of performance for this vessel is geographically restricted to the area from Jonesboro, ME to Shallottee Inlet, NC. Funds are available for this procurement. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are now available on CD-ROM. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request [ten days from solicitation issuance]. MLCA must have ten (10) days advance notice to complete a CD-ROM set of drawings. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Drawings are still available in hardcopy; however, a non-refundable charge of $150.00 is required in the form of a certified check or money order made payable to the U.S. Coast Guard for requested drawings. This procurement is subject to the Small Business Competitiveness Demonstration Program. All businesses, large and small, are encouraged to submit bids for subject requirements. Plans and specifications will be issued on or about February 7, 2003. All responsible sources may submit a bid, which shall be considered by the United States Coast Guard. Bids will be due on or about March 10, 2003. "Attention: Minority, Women-owned, and Disadvantaged Business Enterprises (DBE's)! The Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information and applicable forms concerning STLP call 1-(800)-532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning this acquisition contact the Contracting Official listed above. Numbered Note 26 applies.
 
Place of Performance
Address: Contractor's facility within the area of the stated geographic restriction.
 
Record
SN00244500-W 20030124/030122213348 (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.