SOLICITATION NOTICE
J -- DRYDOCK AND REPAIR USCGC FLYINGFISH (WPB-87346)
- Notice Date
- 7/10/2008
- 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
- HSCG80-09-Q-3FA003
- Archive Date
- 12/10/2008
- Point of Contact
- Louis J Romano,, Phone: (757)628-4651, Tomeka Evans,, Phone: 757-628-4666
- E-Mail Address
-
louis.j.romano@uscg.mil, tomeka.evans@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Coast Guard is setting aside this 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 NAICS Code is 336611 and the SIC is 3731. The acquisition is for drydock repairs to the USCGC FLYINGFISH (WPB-87346), an 87 FOOT PATROL BOAT, at the contractor’s facility. The simplified acquisition will be issued as a best value Request for Quotes (RFQ), on or about 16 July 08 with quotes due on or about 21 August 08 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). The home pier of the vessel is 427 Commercial Street, Boston, MA. The vessel’s availability is for forty-two (42) calendar days, starting on/about October 14, 2008. This requirement is geographically restricted to an area within 540 nautical miles of the vessels homeport of Boston, Massachusetts. This solicitation is being issued subject to the availability of funds. The scope of this acquisition is for the dry docking, overhauling, cleaning and repairing of various items aboard the USCGC FLYINGFISH (WPB-87346). Provide all labor, material and equipment necessary to perform dry dock repairs, including but not limited to the following Base Items: Renew Hull Plating, Clean and Inspect Oil and Oily Waste Tank, Clean and Inspect Fuel Tanks, Clean and Inspect Sewage Tank, Clean and Inspect Grey Water Tank; Remove, Inspect and Reinstall Propeller Shafts, Remove, Inspect and Reinstall Propellers, Renew Depth Indicating Transducer, Clean and Inspect Sea Strainers, Remove, Inspect and Reinstall Rudder Assemblies, Preserve Freeboard – 100%, Perform Ultrasonic Thickness Measurements – Freeboard Hull Plating, Preserve Forward Peak Compartment, Ultrasonic Thickness Measurements – Underwater Body, Renew Cathodic Protection System, Routine Drydocking, Provide Temporary Logistics; Install New Deck Covering System, Clean Grey Water Piping System, Clean Sewage Piping System, Renew Hatch Coamings, Install Sea Chest Riser Piping and Flanges and GFP Report. Option items include but are not limited to the following: Realign Main Engine/Reduction Gear; Repair Shaft; Straighten Shaft; Renew Intermediate Water-Lubricated Shaft Bearing; Renew Aft Water-Lubricated Shaft Bearing; Renew Bearing Carrier; Perform Minor Repair and Recondition of Propeller; Overhaul Sea Valves, Renew Sea Valves, Renew Rudder Lower Bearing, Install RHIB Notch Skid Pad, Preserve Underwater Body – Partial, Preserve Underwater Body – 100%, Additional Fuel Removal and Disposal, Preserve Stern Tubes, 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22ca26191dd898543139493285e45397&tab=core&_cview=1)
- Place of Performance
- Address: This requirement is geographiclly restricted to within 540 nautical miles of the vessels homeport of Boston, Massachusetts., United States
- Record
- SN01611226-W 20080712/080710221829-22ca26191dd898543139493285e45397 (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 |