Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

J -- Drydock Repairs to CGC Key Biscayne(WPB 1339)

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, 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
HSCG80-05-Q-3FA080
 
Archive Date
10/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard is setting aside an acquisition for Small Business concerns. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The simplified acquisition will be posted to FEDBIZOPS at http:www.eps.gov as a best value Request for Quotes (RFQ), firm-fixed price procurement on or about Nov 1, 2005 with quotes due on or about November 21, 2005. The estimated value of this procurement is between $100,000.00 and $1,000,000.00. The small business size standard is less than 1,000 employees. The acquisition is for dry dock repairs to the USCGC Key Biscayne (WPB-1339), a 110 Foot Island C Patrol Boat. All repairs are to be performed at the contractors facility. The vessel is geographically restricted to transiting from Brownsville, Texas to Shallottee Inlet, North Carolina. The homeport of the USCGC Key Biscayne is located in St Petersburg, Florida. The performance period is sixty (60) calendar days and is expected to begin on or about February 1, 2006. The scope of the acquisition is for the drydock repairs, which include overhauling, cleaning, inspecting, and renewing of various items aboard the USCGC Key Biscayne (WPB-1339). This work includes, but is not limited to: Welding Repairs, Clean and Inspect Fuel and Oil Tanks, Remove and Dispose of Fuel and Oily Water, Clean Sewage and Grey Water Collection and Holding Tanks, Remove, Inspect, and Reinstall Propeller Shafts, Perform Stern Tube/Strut Alignment Inspection, Inspect Govt Furnished Propeller Shaft, Inspect, Fabricate, Fit, and Install Bronze Sleeves in Various Shaft Packing Areas, Straighten Shaft, Overhaul Mechanical Shaft Seal Assemblies, Renew Water Lubricated Propeller Shaft Bearings, Remove, Inspect, and Reinstall Propellers, Repair Propeller Root Erosion, Balance Propeller, Inspect Main Diesel Exhaust System, Renew Exhaust Pipe and Transition Piece, Preserve Transducer Hull Ring, Renew Valves, Remove, Inspect, and Reinstall Rudder Assemblies, Renew Rudder Upper and Lower Bearing, Renew Sea Strainers, Overhaul Steering Gear Components, Overhaul Stabilizing Fins, Renew Lower Fin Stock Bearing, Preserve Forward Peak Compartment, Preserve and Disinfect Potable Water Tanks, Preserve Weather Deck, Preserve Underwater Body, Preserve Freeboard, Preserve Aluminum Mast in Place, Inspect and Maintain Cathodic Protection System, Renew Capastic Fairing, Renew Sewage Piping, Renew Deck Covering System, Preserve Bilge Surfaces in Various Locations, Inspect Welds of Structural Members on Starboard Side of 01 Deck for Structural Damage, Straighten Shaft, Provide Temporary Logistics, and Routine Drydocking. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. The Government reserves the right to cancel this solicitation, either before or after the closing date. For information concerning this acquisition contact the Contracting Official listed above. Questions may be referred to Ms. Kathy Stark at (757) 628-4588 or email to kstark@mlca.uscg.mil. 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 and will be free of charge to contractors upon request. 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. For information concerning this acquisition contact the Contracting Official listed here. Questions may be referred to Ms. Kathy Stark at (757) 628-4588 or email to kstark@mlca.uscg.mil.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00917635-W 20051021/051019211536 (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.