Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOLICITATION NOTICE

20 -- Scheduled Dry-Dock Repairs USCGC CAPSTAN (WYTL-65601) - Specification

Notice Date
12/23/2011
 
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
HSCG85-12-Q-P30263
 
Archive Date
2/4/2012
 
Point of Contact
Jack Rodman, Phone: (510) 637-5988, Jay S McReynolds, Phone: 510-637-5975
 
E-Mail Address
Jack.E.Rodman@uscg.mil, jay.s.mcreynolds@uscg.mil
(Jack.E.Rodman@uscg.mil, jay.s.mcreynolds@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
USCGC CAPSTAN WORK SPECIFICATION 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 Dry-Dock Repairs for the United States Coast Guard Cutter: CAPSTAN (WYTL-65601). 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 January 4, 2012. 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 FULL AND OPEN COMPETITION The performance period will be based following Cutter's Availability dates and completion time: USCGC CAPSTAN (WYTL-65601) will be available from April 12, 2012 through May 23, 2012 (73) Forty-three days after vessel becomes available. PLACE OF PERFORMANCE: The place of performance will be at the contractor's facility. The Geographic Restriction for the Cutter is 300 nautical miles one-way, 600 nautical miles round-trip. DESCRIPTION OF WORK The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC VISE (WLIC-75305) & USCG 68A BARGE (68012). This work will include, but is not limited to: PRICING SCHEDULE FOR: USCGC CAPSTAN (WYTL-65A) DRYDOCK AVAILABILITY 2012 ITEM DESCRIPTION UNIT PRICE UNIT QTY EXTENDED PRICE D-001 Hull Plating (U/W Body), Ultrasonic Testing JOB 1 D-002 Appendages (U/W) - Internal, Preserve JOB 1 D-003 Propeller, Remove, Inspect, and Reinstall JOB 1 D-004 Propeller, Perform Minor Repairs and Reconditioning JOB 1 D-005 Keel Coolers, Clean, Inspect and Hydro JOB 1 D-006 Fathometer Transducer, Renew JOB 1 D-007 Vent Duct s ( Engine and Motor Room All ), Commercial JOB 1 D-008 Sea Strainers (All Sizes), Overhaul and Renewal JOB 1 D-009 Rudder Assembly, Remove, Inspect and Reinstall JOB 1 D-010 Boat Davit, Inspect and Repair (Level 2 ) JOB 1 D-011 U/W Body, Preserve "100%" JOB 1 D-012 Hull Plating Freeboard, Preserve " 100% " JOB 1 D-013 Cathodic Protection / Zincs, Renew JOB 1 D-014 Drydocking JOB 1 D-015 Temporary Services, Provide JOB 1 D-016 Deleated, Not Used JOB 1 D-017 Auxiliary Retention Grey Water/Sewage Tank System, Install New JOB 1 D-018 Fan Coil Unit, General Maintenance JOB 1 D-019 Hull and Structural Plating - 3/16" Steel, Repair JOB 25 D-020 Hull and Structural Plating - ¼" Steel Plate, Repair JOB 25 D-021 Hull and Structural Plating - 3/8 " Steel Plate, Repair JOB 25 D-022 Hull and Structural Plating Eroded Weld (Steel), Repair JOB 25 D-023 Appendages (U/W), Leak Test JOB 1 D-024 Propulsion Shafting ; Remove, Inspect, and Reinstall JOB 1 D-025 Propulsion Shafti ng, Straighten JOB 1 D-026 Lazarette (Bulkhead and Overhead Surfaces), PRESERVE JOB 1 D-027 Main Hold (Bulkhead and Overhead Surfaces), PRESERVE JOB 1 D-028 Sewage Void Plating Renewal JOB 1 D-029 Bridge Sheating Renewal JOB 1 D-030 OINC Stateroom (Bulkhead and Overhead Surfaces), Abate Lead Coatings JOB 1 O-00A Composite Labor Rate Hour 170 D-00B GFP Report NSP EA NSP O-00Z Laydays Day 5 Total Price of Definite Items Total Price of Option Items Total Price of Definite and Optional Items The Specification for this project is posted with this pre-solicitation synopsis for review and comments from interested parties. Potential contractors are encouraged to make a Ship Check. For access please contact MK1 Adam Smoot at, (215)271-4918 email: Adam.L.Smoot@uscg.mil or LT Beth Sarigianis at (617) 223-3500 email: Elizabeth.H.Sarigianis@uscg.mil Drawings on CD-ROM will be free of charge to contractors upon request. Contractors may contact Jack Rodman at (510) 637-5988 or email: Jack.E.Rodman@uscg.mil. CUTTER CLEARANCES: Minimum Water Depth: 8 feet Minimum Height Clearance: 30 feet. CERTIFICATIONS: All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Contractors shall provide a current certification of its drydocking facility as required by the specification, Work Items D-014 Routine Drydocking for tender and barge SFLC Standard Specification 8634. When requested by the Contracting Officer, the Contractor shall also provide the pre-award calculations described in specification Work Items D-014, Routine Drydocking, Cutter Conditions, and Appendix A, B or C of the SFLC Standard Specification 8634. Subsequent to contract award, the Government will require the Contractor to provide the docking and un-docking calculations described in Appendix A, B or C of the SFLC Standard Specification 8634. 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/HSCG85-12-Q-P30263/listing.html)
 
Record
SN02645142-W 20111225/111223233730-c10c36ae10a82917836245044977130a (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.