SOLICITATION NOTICE
J -- USCGC MOHAWK (WMEC-913) Drydock
- Notice Date
- 10/9/2008
- 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
- HSCG80-09-Q-3FA015
- Archive Date
- 11/20/2009
- Point of Contact
- Tracey M. Strawbridge,, Phone: 7576284657, Michael E Monahan,, Phone: 757-628-4639
- E-Mail Address
-
tracey.strawbridge@uscg.mil, michael.e.monahan@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for DryDock Repairs to the USCGC MOHAWK, a 270 Foot "B" Class MEDIUM ENDURANCE CUTTER (WMEC-913). 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 Request for Quote (RFQ), on or about October 20, 2008. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at www.fbo.gov. Hard copies of the specification and solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for RFQ release and all subsequent amendments. FEDBIZOPS also contains an option automatic notification service. THE ACQUISITION WILL BE SOLICITED AS FULL AND OPEN. The acquisition is for DRYDOCK repairs to the USCGC MOHAWK (WMEC-913) homeport in Key West. The performance period will be Eighty-Three (83) calendar days with a start date on or about 05 January 2009. All work will be performed at the contractor facilities. The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC MOHAWK (WMEC-913). This work will include, but is not limited to: Perform Structural Inspections and Repairs in Auxiliary Machinery Spaces #1; Remove and Reinstall Propeller Shafts, and Inspect Stern Tubes; Upgrade Helo Start Rectifier; Upgrade Helicopter Service System Frequency Converter; Modify Laundry Space Ventilation System; Upgrade Air Conditioning System in Auxiliary Machinery Space #1; Install SSDG Jacket Water Cooler Duplex Strainer and Flow Control System; Routine Drydocking; Perform Structural Inspections and Repairs in Various Locations; Renew Structural Hatch; Renew Structural Closures; Inspect Propeller Shafts; Remove, Inspect, and Reinstall Intermediate Shaft; Renew Shaft Covering; Overhaul Stern Tube Seal Assemblies; Renew Water-Lubricated Shaft Bearings; Renew Propeller Shaft Sleeves; Remove and Reinstall Controllable Pitch Propeller Hubs; Overhaul and Renew ASW Valves; Renew Depth Indicating Transducers; Renew Speed Doppler; Overhaul and Renew Sea Valves; Inspect Simplex and Renew Duplex Sea Strainers; Overhaul Ballast Valve Manifolds; Clean, Inspect, and Test Hot water Accumulator Tank and Hydro-Pneumatic Tank; Overhaul Potable Water Manifold Valves; Overhaul and Test Fuel Valve Manifolds; Renew Magazine Sprinkler Valves; Inspect and Test Air Receivers and Relief Valves; Service Rudder Assemblies; Service Fin Stabilizer Systems; Renew Fin Stabilizer Shaft Sleeve; Renew Fixed Helo Hangar Section Bimetallic Foundation; Renew Fixed Hangar Section Expansion Joint Rubber Seal; Perform Inspection and Maintenance of TALON Helicopter Landing Grid; Preserve and Disinfect Potable Water Tanks;-"100%"; Preserve Underwater Body – "100%"; Preserve Freeboard Surfaces – Partial (in DryDock); Overcoat Superstructure; Overcoat Stacks; Preserve Refrigerated and Dry Stores bilge Surfaces; Preserve JP-5 Pump Room Bilge and Tank Top Surfaces; Preserve Auxiliary Machinery Space #2 Bilge and Tank Top Surfaces; Renew Cathodic Protection System; Overcoat Main Mast; Provide Temporary Logistics; Perform Ultrasonic Thickness Inspection; Perform Fantail repairs; Preserve Fantail Weather Deck; 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 now available on CD-ROM. The CD-ROM sets are available for all cutters and will be free of charge to contractors upon request [ten days from solicitation issuance]. MLCA must have ten (10) days advance notice to complete a CD-ROM set of drawings. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact, the Contracting Official listed above. Quotes are due on or about November 20, 2008, 200 pm Eastern Standard Time to: Commander (vpl-2) MLCLANT, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Requests for Quotations and additional information requests may be faxed to (757) 628-4676 Attn: Tracey Strawbridge.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=254dbed02e39486e3fe80f7c921950e8&tab=core&_cview=1)
- Record
- SN01690508-W 20081011/081009214644-254dbed02e39486e3fe80f7c921950e8 (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 |