Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
MODIFICATION

J -- DRYDOCK REPAIRS TO THE USCGC BARBARA MABRITY (WLM 559)

Notice Date
8/23/2006
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, 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
HSCG80-06-Q-3FA004
 
Response Due
8/31/2006
 
Archive Date
4/30/2007
 
Point of Contact
Cindy Floyd, Contracting Officer, Phone (757)628-4653, Fax (757)628-4676, - Vanessa Nemara, Supervisory Contract Specialist, Phone 757-628-4634, Fax 757-628-4676,
 
E-Mail Address
cfloyd@mlca.uscg.mil, VNemara@MLCA.USCG.MIL
 
Description
SOLICITATION NUMBER IS CHANGED TO READ HSCG80-07-Q-3FA004 ****************************************************** The acquisition is for drydock repairs to the USCGC BARBARA MABRITY Mabrity (WLM-559), a 175-foot patrol boat whose homeport is in Mobile, Alabama. All repairs are to be performed at the contractors facility. The performance period is seventy-two (72) calendar days and is expected to begin on or about November 7, 2006. The scope of the acquisition is for the drydock repairs, which include overhauling, cleaning, inspecting, and renewing of various items aboard the Barbara Mabrity (WLM-559). The repairs shall be performed at the contractor?s facility. The performance period is 72 calendar days and is expected to begin on or about November 7, 2006. The evaluation on this procurement will be as follows: Past Performance is more important than price. The solicitation is for full and open competition. This vessel is restricted to transiting to the waters of the Gulf Coast and the eastern seaboard north to Charleston, S.C. The work items include but are not limited to: This work includes, but is not limited to: Clean and Inspect Fuel and Oil Tanks, Clean Ballast Tanks and Voids, and Sewage and Grey Water Collection and Holding Tanks, Inspect Z-Drive Propulsion Units, Preserve Transducer Hull Rings, Clean Shipboard Ventilation Systems, Install Air Conditioning Unit, Overhaul and Renew Valves, Clean, Inspect, and Preserve Sea Bay, Inspect and Test Air Receivers and Relief Valves, Inspect Bow Thruster Tunnel and Lower Unit, Hydraulic Chain Stopper Maintenance, Buoy Chain Winch Maintenance, Anchor, Anchor Chain, and Ground Tackle Maintenance, Inspect and Repair Anchor Chain and Ground Tackle, Buoy Crane Maintenance, Preserve Chain Locker, Preserve Forepeak Tank, Preserve Various Topside Components, Preserve Void, Preserve Buoy Working Areas, Preserve Underwater Body, Coating System Visual Inspection, Coating System Thickness Testing, Painting Draft Marks, Provide Temporary Lodging and Dining, 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. Questions may be referred to Cindy Floyd at e-mail to Cindy.E.Floyd@uscg.mil or by fax at (757) 628-4676. 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. Large businesses will be requested to submit subcontracting plans. Your response is required by July 17, 2006. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. The solicitation will be posted in the FEDBIZOPS on or before July 31, 2006 at http://www.eps.gov.
 
Place of Performance
Address: Contractor's facility
 
Record
SN01123133-W 20060825/060823220449 (fbodaily.com)
 
Source
FedBizOpps 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.