Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2007 FBO #1895
SOLICITATION NOTICE

J -- DRYDOCK AND REPAIR USCGC SAGINAW (WLIC-803)

Notice Date
2/1/2007
 
Notice Type
Solicitation Notice
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-HSCG80-07-Q-3FAA01
 
Response Due
3/6/2007
 
Archive Date
7/30/2007
 
Description
The U.S. Coast Guard is issuing this acquisition as an Unrestricted (Full and Open) Competitive procurement. 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 NAICS Code is 336611 and the SIC is 3731. The acquisition is for drydock repairs to the USCGC SAGINAW (WLIC-803), a 160 FOOT ?B? CLASS CONSTRUCTION BUOY TENDER, at the contractor?s facility. The simplified acquisition will be issued as a best value Request for Quotes (RFQ), on or about 12 February 07 with quotes due on or about 6 March 07 via the Federal Business Opportunities (FEDBIZOPPS) web page at www.eps.gov. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the solicitation issuance. 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. The home pier of the vessel is the USCG Base, South Broad Street, Mobile, AL. The vessel?s availability is for forty-nine (49) calendar days, starting on/about May 14, 2007. This requirement is geographically restricted from Brownsville, TX to Tampa, FL, with a waiver to allow open-water transit from Carrabelle, FL to Tampa, FL, via unprotected waters of the Gulf of Mexico. The scope of this acquisition is for the dry docking, overhauling, cleaning and repairing of various items aboard the USCGC SAGINAW (WLIC-803). Provide all labor, material and equipment necessary to perform dry dock repairs, including but not limited to the following Base Items: Clean Ballast Tanks and Voids: Clean Sewage Collection and Seal Water Tanks; Remove, Inspect and Reinstall Propeller Shafts; Overhaul Mechanical Shaft Seal Assemblies; Renew Water-Lubricated Shaft Bearings; Remove, Inspect and Reinstall Propellers; Clean, Inspect and Test Grid Coolers; Preserve Transducer Hull Rings; Overhaul and Renew Valves; Remove, Inspect and Reinstall Rudder Assemblies; Warping Capstan Maintenance ? Level 1 Maintenance; Warping Capstan Maintenance ? Level 2 Maintenance; Warping Capstan Maintenance ? Hose Assembly Renewal; Preserve Spuds and Spud Wells; Shrink Wrap Crane; Clean Sewage and Grey Water Piping System; Inspect Various Deck Fittings; Preserve Construction deck; Coating System Visual Inspection; Painting of Draft Marks; Preserve Freeboard; Renew Cathodic Protection System; Provide Temporary Logistics; Routine Drydocking; Renew Scuttle and Hatch; Ultrasonic Testing (500 shots); Renew Weather Deck Drain Pipe and GFP Report. Option items include but are not limited to the following: Welding Repairs; Remove and Dispose Additional Fuel (up to 500 gallons); Clean and Inspect Fuel and Oil Tanks (Includes Disposal); Straighten Shaft; Renew Propeller Shaft Sleeve(s); Perform Minor Repair and Reconditioning of Propeller; Overhaul and Renew Valves; Preserve Ballast Tanks; Preserve Underwater Body; Coating System Thickness Testing; Provide Additional Temporary Logistics; Ultrasonic Testing (50 shots); Preserve Bilges; Composite Labor Rate and Laydays. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualifications procedures. For further information or questions regarding this solicitation or a copy of the CD -ROM, please contact Mr. Louis Romano at (757) 628-4651, or by e-mail to lromano@mlca.uscg.mil.
 
Place of Performance
Address: THIS REQUIREMENT IS GEOGRAPHICALLY RESTRICTED FROM BROWNSVILLE, TX TO TAMPA, FL, WITH A WAIVER TO ALLOW OPEN-WATER TRANSIT FROM CARRABELLE, FL TO TAMPA, FL, VIA UNPROTECTED WATERS OF THE GULF OF MEXICO.
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01223653-W 20070203/070201220429 (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.