Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

J -- DRYDOCK USCGC JEFFERSON ISLAND (WPB-1340)

Notice Date
3/4/2009
 
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-313J00
 
Point of Contact
Nancy M Brinkman,, Phone: 757-628-4579, Mildred A Anderson,, Phone: (757)628-4637
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, mildred.a.FIGUEREO@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 Dry Dock and repairs to the USCGC JEFFERSON ISLAND (WPB-1340) 110 FOOT CUTTER. NOTE: This vessel has a Geographical Restriction of 540 Nautical Miles from their homeport of South Portland, Maine. 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 Small Business Set-Aside, Request for Quote (RFQ), on or about April 1, 2009. The solicitation will be issued electronically via the Federal Business Opportunity web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. Hard copies of the specification and solicitation will not be issued. The NAICS Code is 336611. All work will be performed at the contractor’s facility. The performance period is schedule for FORTY-TWO (42) calendar days and is expected to begin on or about July 13, 2009. The scope of the acquisition will include, but is not limited to: 1.Routine Drydocking. 2.Provide Temporary Logistics. 3.Clean and Inspect Fuel Stowage and Overflow Tanks. 4.Clean and Inspect Fuel Service Tanks. 5.Clean and Inspect Oil and Oily Waste Tanks. 6.Preserve Oil and Oily Water Tanks – Partial. 7.Preserve Oil and Oily Water Tanks – 100 percent. 8.Clean and Inspect Sewage Collection and Holding Tank. 9.Clean and Inspect Grey Water Collection and Holding Tanks. 10.Clean Sewage Piping System. 11.Clean Grey Water Piping System. 12.Install New Grey Water Pumps and Piping. 13.Renew Floating Deck System in Galley and Mess Deck. 14.Overhaul Duplex Sea Strainers. 15.Overhaul Stabilizing Fins. 16.Overhaul and Renew Sea Valves. 17.Remove, Inspect, and Reinstall Propellers. 18.Repair Propeller Root Erosion. 19.Remove, Inspect, and Reinstall Propeller Shafts. 20.Overhaul Mechanical Shaft Seal Assemblies. 21.Inspect and Maintain Cathodic Protection System. 22.Renew Capastic Fairing. 23.Renew Water-Lubricated Propeller Shaft Bearings. 24.Inspect Bronze Sleeves in Various Areas. 25.Remove, Inspect and Reinstall Rudder Assemblies. 26.Overhaul Steering Gear Components. 27.Preserve Forward Peak Compartment. 28.Renew Depth Indicating Transducer. 29.Preserve Underwater Body – Partial. 30.Preserve Underwater Body – 100 percent. 31.Renew Through-Deck Packing Glands. 32.Preserve Forward Auxiliary Machinery Space. 33.Inspect MDE Exhaust System. 34.Install Cofferdams in Galley. 35.Install Hot Water-On-Demand Units. 36.Install New Searchlight. 37.Install Main Diesel Engine Duplex Sea Strainers. 38.Replace Reverse Osmosis Watermakers. 39.Modify Oily Water Separator Piping. 40.Ultrasonic Thickness Measurements. 41.Inspect Pilothouse Aluminum Deck. 42.Inspect Deck In CPO Stateroom. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Trained welders who have been certified by the applicable regulatory code performance qualification procedures shall accomplish all welding and brazing and MUST submit current welding certifications along with the submission of quotes. For further information or questions regarding this solicitation, please contact Nancy Brinkman at (757) 628-4579, or by email at Nancy.M.Brinkman@uscg.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f536f581a73fabbf540e8af0fcf1c8c&tab=core&_cview=1)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN01762013-W 20090306/090304220943-4f536f581a73fabbf540e8af0fcf1c8c (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.