Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOLICITATION NOTICE

20 -- Scheduled Dry-Dock Repairs USCGC HARRY CLAIBORNE (WLM-561) - Specification

Notice Date
12/29/2011
 
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
HSCG85-12-Q-P45343
 
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
Total Small Business
 
Description
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: HARRY CLAIBORNE (WLM-561). 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 December 30, 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 Cutter's Availability dates and completion time: USCGC HARRY CLAIBORNE (WLM-561) will be available from April 4, 2012 through June 13, 2012 (70) Seventy days after vessel becomes available. PLACE OF PERFORMANCE: The place of performance will be at the contractor's facility. No Geographic Restriction DESCRIPTION OF WORK The scope of the acquisition is for the overhauling, cleaning and repairing of various items aboard the USCGC HARRY CLAIBORNE (WLM-561). This work will include, but is not limited to: 1-D HULL PLATING (SIDE SCAN), ULTRASONIC TESTING 2-D HULL PLATING, U/W BODY, INSPECT 3-D APPENDAGES (U/W), LEAK TEST 6-D DELETED 7-D CIRCUIT B REAKERS (60 Hz), INSPECT AND TEST 8-D FATHOMETER TRANSDUCER, RENEW 10-D SEA STRAINERS - DUPLEX (ALL SIZES), OVERHAUL 11-D SEA BAY, INSPECT 12-D SEA BAY, PRESERVE 100% 13-D POTABLE WATER PNEUMATIC TANKS, CLEAN AND INSPECT 14-D COMPRESSED AIR RECEIVERS, CLEAN, INSPECT, AND TEST 15-D THRUSTER UNIT (GENERAL), OVERHAUL 16-D CROSSDECK WINCHES, OVERHAUL 17-D HYDRAULIC INHAUL WINCH, OVERHAUL 18-D ANCHOR WINDLASS, LEVEL 3 OVERHAUL 19-D WARPING CAPSTAN, LEVEL 2 INSPECT AND REPAIR 21-D DELETED 22-D DELETED 23-D GREY WATER PIPING, CLEAN AND FLUSH 24-D BUOY CARGO HOLD DECK, PRESERVE 100% 27-D DECKS - EXTERIOR (BUOY), PRESERVE 29-D U/W BODY, PRESERVE 100% 31-D CATHODIC PROTECTION /ZINCS, RENEW 32-D DRY-DOCKING 33-D TEMPORARY SERVICES, PROVIDE 34-D HYDRAULIC POWER UNIT ISOLATION VALVES, INSTALL 35-D FORWARD SCAN SONAR UNIT TRANSDUCER, DE-INSTALL 36-D SEA VALVES AND WASTER PIECES, OVERHAUL OR RENEW 37-D DELETED 45-D HYDRAULIC CHAIN STOPPERS, OVERHAUL 50-D CHAIN LOCKERS, CLEAN 51-D CHAIN LOCKER, INSPECT 52-D VENT DUCTS (ENGINE AND MOTOR ROOM ALL), COMMERCIAL CLEANING 53-D VENT DUCTS (GALLEY AND PANTRY ROOM ALL), COMMERCIAL CLEANING 54-D VENT DUCTS (LAUNDRY EXHAUST), COMMERCIAL CLEANING 55-D HULL PLATING (BUOY PORT AREAS), PRESERVE 63-D MISCELLANEOUS TANK VENT PIPING ASSEMBLY, RENEWAL 64-D DECK PLATING, RENEW 65-D GUNWALE PLATING, RENEW 67-D BULKHEAD PLATING, RENEW 68-D WEATHER DECK STUFFING TUBES, RENEW OR REPACK 69-D BUOY CRANE, INSPECT AND REPAIR 70-D D-RING RENEWAL 4-O APPENDAGES (U/W) - INTERNAL, PRESERVE 5-O TANKS (BALLAST), INSPECT 9-O VENT DUCTS (ALL OTHER), COMMERCIAL CLEANING 20-O TOWING BITS, CHOCKS, AND FAIR LEADS, INSPECT AND TEST 25-O CHAIN LOCKER, PRESERVE 100% 26-O CHAIN LOCKER, PRESERVE PARTIAL 28-O DECKS - EXTERIOR, PRESERVE ("NON-SKID BROADCAST GRIT" SYSTEM) 30-O HULL PLATING FREEBOARD, PRESERVE 100% 38-O TANKS (BALLAST), PRESERVE 100% 39-O TANKS (BALLAST), PRESERVE "PARTIAL" 40-O DELETED 41-O DELETED 42-O DELETED 43-O DELETED 44-O HULL PLATING, FREEBOARD, PRESERVE "PARTIAL" 46-O HULL AND STRUCTURAL PLATING - 10.2 - POUND STEEL, REPAIR 47-O HULL AND STRUCTURAL PLATING - 12.75 - POUND STEEL PLATE, REPAIR 48-O HULL AND STRUCTURAL PLATING - 15.3 - POUND STEEL PLATE, REPAIR 49-O HULL AND STRUCTURAL PLATING - 20.5 - POUND STEEL PLATE, REPAIR 56-O TEMPORARY MESSING AND BERTHING, PROVIDE 57-O MAST (FWD), PRESERVE 58-O HAWSE PIPES, PRESERVE 59-O BILGES (MACHINERY SPACE) - BOW THRUSTER ROOM, PRESERVE 60-O BILGES (MACHINERY SPACE) - ENGINE ROOM, PRESERVE 61-O BILGES (MACHINERY SPACE) - HYDRAULIC PUMP ROOM, PRESERVE 62-O BILGES (MACHINERY SPACE) - PUMP ROOM, PRESERVE 66-O PAD EYES, INSPECT AND TEST 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 EMCS Ronald Inget at, (409) 766-4771 email: Ronald.P.Inget@uscg.mil or LTJG Matthew Weibel at (504) 253-4746 email: Matthew.D.Weibel2@uscg.mil Drawings on CD-ROM will be free of charge to contractors upon request. Contractors may contact Jay McReynolds at (510) 637-5975 or Jack Rodman at (510) 637-5988 or email: Jack.E.Rodman@uscg.mil. CUTTER CLEARANCES: Minimum Water Depth: 15 feet Minimum Height Clearance: 65 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 32-D Routine Dry-docking 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 32-D, Routine Dry-docking, 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 Jay McReynolds at (510) 637-5975 or email: Jay.S.McReynolds@uscg.mil or 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-P45343/listing.html)
 
Record
SN02646573-W 20111231/111229233646-476b91725eea949b8ad6b793b297463b (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.