SOLICITATION NOTICE
J -- Drydock Repairs to the USCGC Shearwater (WPB 87349)
- Notice Date
- 5/9/2008
- 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-3FAH45
- Point of Contact
- Tomeka Evans,, Phone: 757-628-4666, Vanessa A Nemara,, Phone: 757-628-4634
- E-Mail Address
-
tomeka.evans@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 drydock and repairs to the USCGC Shearwater (WPB 87349), an 87 foot patrol boat. 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. This procurement will be a Total Small Business Set-Aside. All responsible Small Business Concerns may submit an offer, which shall be considered by the U.S. Coast Guard. The small business size standard for NAICS 336611 is less than 1,000 employees. The solicitation will be issued electronically as a Best Value Request for Quote (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about May 27, 2008 with quotes due on or about June 9, 2008. Please sign up for the Auto Notification Service to receive an e-mail from FedBizOpps when an action is taken under this solicitation. This commercial item requirement is set-aside for small business concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC Shearwater’s homeport is Portsmouth, Virginia. The place of performance will be at the contractor’s facility. This availability is geographically restricted to a facility no more than 600 nautical miles to and from the USCGC Shearwater’s homeport. The performance period is forty-two (42) calendar days and is expected to begin on or about August 4, 2008. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Shearwater (WPB-87349). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Shearwater (WPB-87349). This work will include, but is not limited to Base Items: clean and inspect fuel and waste oil tanks (excludes disposal), clean and inspect sewage and grey water tanks, remove, inspect, and reinstall propeller shafts, remove, inspect, and reinstall propellers, remove, inspect, and reinstall rudder assemblies, clean and inspect sea strainers, clean sewage and grey water piping systems, preserve forward peak compartment, prepare and prime main deck surfaces, install RHIB notch pad, ultrasonic thickness measurements – underwater body (includes 100 UT shots), prepare and prime freeboard, renew Cathodic protection system, renew transducer, preserve transducer hull ring, renew main diesel engine exhaust concentric rings, routine drydocking, provide temporary logistics, renew hatch coaming, ultrasonic thickness measurements – freeboard (includes 100 UT shots), GFP report in accordance with solicitation, Optional Items: welding repair: crack repair (steel), steel plate (5.0 or 5.1# steel), steel plate (3/16 in. steel shell plating), overlay welding (steel), eroded weld renewal (steel), stud renewal (stainless steel), chine renewal, 3/16 in. steel plate, realign main engine/reduction gear, inspect government-furnished propeller shaft, repair shaft, straighten shaft, renew water-lubricated shaft bearings, renew intermediate bearing, renew aft bearing, renew bearing carriers, perform minor repair and recondition of propeller, renew studs, preserve underwater body - partial, preserve underwater body – complete, renew transducer fairing, additional fuel removal and disposal (up to 250 gallon), provide additional temporary logistics, 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 qualification procedures. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are available on CD-ROM free of charge to contractors upon request not later than four (4) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, contact Ms. Tomeka Evans at (757) 628-4666 or by e-mail at tomeka.evans@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d19619f6c88a6560dfbb6e1b72666030&tab=core&_cview=1)
- Place of Performance
- Address: The place of performacne is at the contractor's facility., United States
- Record
- SN01569903-W 20080511/080509215220-d19619f6c88a6560dfbb6e1b72666030 (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 |