SOLICITATION NOTICE
J -- CGC CHINOOK (WPB-87308) 08 Drydock and Repair
- Notice Date
- 4/10/2008
- Notice Type
- Presolicitation
- 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, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-08-Q-3FAE66
- Point of Contact
- Mia R Mayers,, Phone: 757-628-4654, Vanessa A Nemara,, Phone: 757-628-4634
- E-Mail Address
-
mia.r.mayers@uscg.mil, vanessa.a.nemara@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for the Dry Dock and Repair of the USCGC CHINOOK (WPB-87308), a 87 FOOT PATROL BOAT. The homeport of the vessel is New London, CT. The acquisition will be solicited as a Small Business set-aside. The Coast Guard intends to conduct the 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 issued as a Best Value, Request for Quote (RFQ), on or about 15 April 2008. This Requirement will be evaluated using past performance as an evaluation factor. The standard industrial classification code is 3732 and the NAICS is 336611. All work will be performed at the contractor’s facility. The performance period will be Forty-Six (46) calendar days with a start date on or about 21 July 2008. This requirement is geographically restricted to an area within 540 nautical miles of the vessel's homeport of New London, CT. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at https://fbo.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests via e-mail to Mia.R.Mayers@uscg.mil. The scope of the acquisition is but not limited to: Welding Repairs (steel), Welding Repairs (aluminum), Clean and Inspect Sewage and Grey Water Tanks, Realign Maine Engine/ Reduction Gear,; Remove, Inspect and Reinstall Propeller Shafts; Inspect Govt Furnished Propeller Shaft; Repair Shaft; Straighten Shaft; Renew Water Lubricated Shaft Bearings; Renew Intermediate Bearing; Renew Aft Bearing Carriers; remove, Inspect and Reinstall Propellers; Perform Minor Repair and Recondition of Propeller; Renew Transducer; Preserve Transducer Hull Rings; Overhaul and Renew Valves; Overhaul 8” Butterfly Sea Valves; Renew 3” Butterfly Sea Valves; Clean and Inspect Sea Strainers; Remove, Inspect and Reinstall Rudder Assemblies; Renew Rudder Lower Bearings; Preserve Forward Peak Compartment; Inspect RHIB Notch Skid Pads; Preserve Underwater Body – Partial; Preserve Underwater Body – Complete; Ultrasonic Thickness Measurements – Underwater Body ( includes 200 UT shots); Ultrasonic Thickness Measurements – Freeboard ( includes 100 UT shots); Renew Cathodic Protection System; Inspect Transducer Fairing; Renew Transducer Fairing; Routine Drydocking; Additional Fuel Removal and disposal (upto 250 gallons); Provide Temporary Logistics; Provide Additional Temporary Logistics; Renew Hatch Coamings; Preserve Damage Control (DC) Locker; Install AFFF Bilge Sprinkler System; and Inspect Pilothouse Deck. Trained welders who have been certified by the applicable regulatory code performance qualification procedures shall accomplish all welding and brazing. For further information or questions regarding the solicitation, please contact Mia Mayers at (757) 628-4654, or by e-mail at Mia.R.Mayers@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81cc0a1f55cfd68bee28bc388246446f&tab=core&_cview=1)
- Place of Performance
- Address: Contractor Facility, This requirement is geographically restricted to an area within 540 nautical miles of the vessel's homeport of New London, CT., United States
- Record
- SN01551430-W 20080412/080410215950-81cc0a1f55cfd68bee28bc388246446f (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 |