SOLICITATION NOTICE
L -- WLB-225 BOUY TENDER ENGINE OVERHAULS USCGCS OAK & JUNIPER
- Notice Date
- 4/29/2011
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-11-Q-PHTCN6
- Archive Date
- 5/28/2011
- Point of Contact
- Jack Rodman, Phone: (510) 637-5988, Linda C Cho, Phone: 510-637-5965
- E-Mail Address
-
Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil
(Jack.E.Rodman@uscg.mil, linda.c.cho@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States coast guard surface forces Logistics Center, Contracting and Procurement branch 2 IBCT Product Line intends to issue a Commercial Request for Quote for Engine Overhaul Repairs for the Coast Guard Cutters: OAK (WLB-211) Home Port: North Charleston, South Carolina and JUNIPER Home Port Naval Station Rhode Island, Newport Rhode Island. 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 NAICS Code is 336611 and the small business size standard is less than 1000 employees. The simplified acquisition will be issued as a Best Value for Quote (RFQ) on or about April 29, 2011 The RFQ will be issued via the Federal business Opportunity (FEDBIZOPPS) website at http://www.fbo.gov/. This requirement will be evaluated using price and past performance as an evaluation factors. Hard copies solicitation will not be issued. It is incumbent upon the contractors to monitor the FEDBIZOPPS website for RFQ release and all subsequent amendments. FEDBIZOPPS also contains an optional automatic notification service. THE ACQUISITION WILL BE SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. The performance period will be based following Cutters Availability dates and completion time: USCGC OAK (WLB-211) First availability for #1 Ships Service Diesel Generator (SSDG) June 6, 2011 through June 20, 2011 (14) fourteen days after vessel becomes available: Second availability for # 2 SSDG November 7, through November 18, 2011 (11) eleven days after vessel becomes available. USCGC JUNIPER (WLB-210) First availability for #1 SSDG July 13, 2011 through July 24, 2011 (11) eleven days after vessel becomes available; Second availability for #2 SSDG September 6, 2011 through September 16, 2011 (10) ten days after vessel becomes available. PLACE OF PERFORMANCE: The place of performance will be at the cutters home port. USCGC OAK (WLB-211) Home port: 1050 Register Street, North Charleston, South Carolina, 29401-1817. USCGC JUNIPER (WLB-210) Home Port: Navel Station Rhode Island, Newport, Rhode Island, 02841-1716. For Access to the USCGC OAK contact ENG3 Ray Bryant at (843) 554-8541 and for the USCGC JUNIPER contact ENG3 Andres Molnar at (401) 841-6953 DESCRIPTION OF WORK USCGC OAK (WLB-211): Contractor will provide all parts, material, equipment, special tools, and technician(s). The contractor's technician(s) will oversee, guide and assist the Ships Force to conduct Major Overhauls on two Model 3508 Caterpillar Marine Generator engines (SSDG #1 S/N BAG00012 & SSDG #2 S/N BAG00013) in accordance with manufacturer's instructions. Technical representatives will verify with ships force prior to and following completion of overhaul the proper operation of the Generator. USCGC JUNIPER (WLB-210): Contractor will provide all labor, parts, equipment, and special tools to perform all the work. Technical representative(s) will perform two Major Overhauls on two (2) Model 3508 Caterpillar Marine Diesel Engines (#1 SSDG & #2 SSDG) in accordance with manufacturer's instructions. Technical representatives will verify with ships force prior to and following completion of overhaul the proper operation of the Generator. CERTIFICATIONS Technical Representatives shall be certified by Caterpillar to perform the above stated work. Additionally, all welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory coed performance qualification procedures. For further information or questions regarding this solicitation, please contact Jack Rodman at (510) 637-5988 or via email: Jack.E.Rodman@uscg.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-Q-PHTCN6/listing.html)
- Record
- SN02436340-W 20110501/110429234141-5dbdb2458875ff525e0fe42af8820e27 (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 |