Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
AWARD

J -- USCGC SAPELO (WPB-1314) - Unplanned Drydock Repairs

Notice Date
12/12/2012
 
Notice Type
Award Notice
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-13-R-P45043
 
Archive Date
3/15/2013
 
Point of Contact
Andrew J. Northcutt, Phone: 7574417032
 
E-Mail Address
andrew.j.northcutt@uscg.mil
(andrew.j.northcutt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HSCG80-13-C-P45043
 
Award Date
12/6/2012
 
Awardee
J-Built, Inc., 14284 Shell Belt Road, Suite J-1, Bayou La Batre, Alabama 36509, United States
 
Award Amount
$83,257.00
 
Description
The United States Coast Guard, Surface Forces Logistics Center, Detachment Norfolk VA, intends to issue a Commercial Request for Proposal (RFP) for dry dock and repairs to the CGC SAPELO (WPB-1314) a 110-Foot "A Class" Patrol Boat. The NAICS Code is 336611. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 15, Contracting by Negotiation. In accordance with FAR 52.232-18, the contract will be subject to the availability of appropriated funds. The simplified acquisition will be issued as a Service Disabled Veteran Owned Small Business Set-Aside. Request for Proposals (RFP) will be issued on or about September 4, 2012. The acquisition is to perform dry dock and repairs to the CGC SAPELO. The vessel is geographically restricted to a facility located within an area no greater than 576 nautical miles one-way and 1,152 nautical miles roundtrip from Key West, FL. The Period of performance for CGC SAPELO is thirty-two (32) calendar days from 15 January 2013 through 15 February 2013. All work will be performed at the contractor's facility within the geographical restriction as stated above. 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 RFP release and all subsequent amendments. Hard copies of the specification and solicitation will not be issued. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the CGC SAPELO. This work may include, but is not limited to: Tanks (Fuel Service), Clean and Inspect Tanks (MP Fuel Stowage and Overflow), Clean and Inspect Tanks (Potable Water), Clean and Inspect Tanks (Dirty Oil and Waste), Clean and Inspect Propulsion Shafting, Remove, Inspect, and Reinstall Propulsion Shafting, Renew Propeller; Remove, Inspect, and Reinstall Rudder Assembly, Remove, Inspect and Reinstall Tanks (Grey Water), Clean and Inspect Tanks (Sewage Holding), Clean and Inspect Tanks (Potable Water), Preserve "Partial" Drydocking Temporary Services, Provide Data Service, Provide Mechanical Shaft Seal Assemblies, Overhaul Propulsion Shaft Bearings (External), Renew Propulsion Shaft, Stern Tube Forward Bearing, Renew Hull and Structural Plating Repairs - Crack (Steel) Steel Hull and Structural Plating Repairs (5-Pound) Tanks (Sewage Holding), Preserve "Partial" Tanks (Dirty Oil), Preserve "Partial" U/W Body, Preserve "Partial - Condition A" U/W Body, Preserve "Partial - Condition B" U/W Body, Preserve "Partial - Condition C" If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Andrew.J.Northcutt@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). Proposals are due on or about October 4, 2012 at 10:00 a.m. Eastern Standard Time and may be sent via: Email: Andrew.J.Northcutt@uscg.mil or mailed to US Coast Guard SFLC-CPD-C&P1-PBPL Attn: Andrew Northcutt 300 East Main Street, Suite 600 Norfolk, VA 23510-9102
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/Awards/HSCG80-13-C-P45043.html)
 
Record
SN02947331-W 20121214/121212234608-8d502e4a6d6bc7bf6675e214989e4c06 (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.