Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
MODIFICATION

20 -- CGC RESOLUTE (WMEC-620) DRYDOCK REPAIRS - Amendment 7

Notice Date
5/16/2013
 
Notice Type
Modification/Amendment
 
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-Q-P45B18
 
Archive Date
4/25/2014
 
Point of Contact
Tara M. Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
TaraM.Holloway@uscg.mil, mable.l.lee@uscg.mil
(TaraM.Holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CGC RESOLUTE Specification - Rev 2 Amendment 3 Amendment A00003: 1.The purpose of this amendment is to cite changes to CGC RESOLUTE Specification for Drydock Repairs. Rev-2 dated 10 May 2013 is hereby incorporated. 2. The solicitation closing date is extended from 17 May 2013 at 2:00 p.m. EST to 23 May 2013 at 2:00 p.m. EST. 3. All other terms and conditions remain unchanged. /////////////////Nothing Else Follows//////////////////// Amendment A0002: 1. The purpose of this amendment is to answer questions received from potential offerors. See the following continuation page to view the questions and answers. See attached drawings. 2. The solicitation's closing date is remains May 17, 2013 at 2:00 p.m. EST. 3. All other terms and conditions remain unchanged. //////////////////////Nothing Else Follows//////////////////////////// Amendment A0001: The purpose of this amendment is to answer questions received from potential offerors and incorporate a revised specification. See attachment. The solicitation's closing date is hereby extended from May 15, 2013 to May 17, 2013 at 2:00 p.m. EST. All other terms and conditions remain unchanged. ////////////////////////Nothing Else Follows//////////////////////////////////////// Combined Synopsis CGC RESOLUTE (WMEC-620) Drydock Repairs Solicitation Number: HSCG80-13-Q-P45B18 Solicitation HSCG80-13-Q-P45B18 is for the drydock repairs to the CGC RESOLUTE (WMEC-620). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The applicable NAICS code is 336611. Size Standard is 1,000. For the calculations of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA Small Business Size Regulation, http://sba.gov/regulations/121/. This simplified acquisition will be issued as a 100% Total Small Business Set-Aside. This acquisition is for the procurement of drydock repairs. Scope of Work for this acquisition is for the overhauling, cleaning, and repairing of various items aboard the CGC RESOLUTE (WMEC-620). This work will include, but is not limited to the following WORK ITEMS: Work Item 1: Hull Plating (U/W) Body, Ultrasonic Testing Work Item 2: Appendages (U/W) Leak Test Work Item 3: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair Work Item 4: Appendages (U/W) - Internal, Preserve Work Item 5: Voids (Non-Accessible), Leak Test Work Item 6: Work Item Deleted Work Item 7: Propulsion Shaft Bearings (External), Renew Work Item 8: Controllable Pitch Propeller Hub Assembly, Renew Work Item 9: Fathometer Transducer, Renew Work Item 10: Underwater (Speed) Log Transducer, Renew Work Item 11: Sea Valves and Waster Pieces, Overhaul or Renew Work Item 12: Sea Strainers - Duplex (All Sizes), Overhaul Work Item 13: Rudder Stock Bearings, Check Clearances Work Item 14: U/W Body, Preserve "100" Work Item 15: Hull Plating Freeboard, Preserve - Partial Work Item 16: Superstructure, Preserve "Partial" Work Item 17: Cathodic Protection/Zinc Anodes, Renew Work Item 18: Work Item Deleted Work Item 19: Voids (Non-Accessible), Preserve Internal Surfaces Work Item 20: Controllable Pitch Propeller (CPP) Oil Distribution (OD) Box, Inspect Work Item 21: Drydocking Work Item 24: Aft Vestibule Deck, Repair & Joiner Door, Renew Work Item 25: Aircastle Superstructure Supports, Repair Work Item 26: Starboard Anchor Chain Fairlead, Renew Work Item 27: Bilge T-Bars, Renew Work Item 28: Bridge Wing Propulsion Controls, Inspect and Overhaul Work Item 29: Bulkhead Top Connection, Renew Work Item 30: Deck Fittings, Renew Work Item 31: Fan Coli Unit (FCU) Drain, Restore to Original Configuration Work Item 32: Fire Station Hose Support, Renew Work Item 33: Flight Deck Drain Piping, Renew Work Item 34: Kickpipes, Renew Work Item 35: Deck Drains, Lower Work Item 36: Mortar Deck Stanchions and Handrails, Renew Work Item 37: Hull Plate and Striker Plate, Renew Work Item 38: Port Lights and Windows, Overhaul Work Item 39: Structural, Repairs Work Item 40: XO's Ladder Kick Plate, Renew Work Item 41: Rudder Assembly, Remove, Inspect and Reinstall Work Item 42: Welin Lambie Davit Foundation, Reinforce Work Item 43: Work Item Deleted Work Item 44: Work Item Deleted Work Item 45: Propulsion Propeller Shaft, Renew Work Item 46: Propulsion Shaft Seal (Mechanical and Inflatable) Assemblies, Overhaul Work Item 47: Propulsion Stern Tube Bearing, Renew Work Item 48: Stern Tube Interior Surfaces, Preserve 100% D-00B: GFP Report OPTIONAL WORK ITEMS: Work Item 22: Propulsion Shaft Coating, Renew Work Item 23: Propulsion Shafting, Straighten O-00A: Composite Labor Rate O-00Z: Laydays All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. **Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.** **No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** The performance period is for fifty-six (56) calendar days from July 10, 2013 through September 4, 2013. Place of Contract performance will be at the contractor's facility. The vessel's homeport is located at 600 8th Avenue SE, St. Petersburg, FL 33701-5099. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5 Test Program for Certain Commercial Items. The Coast Guard intends to award a Firm Fixed Price contract resulting from this solicitation. Work shall commence on or about July 10, 2013. The Government shall award a contract resulting from this solicitation to a responsive, responsible contractor whose written quotation is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers quotations and are in descending order of importance: 1) Past Performance 2) Price Factors 1-2 will be applied to determine the best value to the Government. Past Performance is significantly more important than price. All correspondence concerning this acquisition shall reference Request for Quotation (RFQ) Number HSCG80-13-Q-P45B18. The solicitation will be issued on or about April 25, 2013 with a closing date for receipt of quotations on or about May 15, 2013, at 3:00 P.M. EST. The RFQ will be posted on the Governmentwide Point of Entry (GFE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov or https://www.fbo.gov. Please sign up for the Auto Notification Service to receive an email from the Federal Business Opportunity website when an action is taken under this solicitation. No paper copies of the solicitation and/or amendments will be distributed. Mailed and e-mailed quotations will be accepted. E-mailed quotations may be sent to Tara Holloway at tara.m.holloway@uscg.mil or Mable Lee at mable.l.lee@uscg.mil. The anticipated award date is June 14, 2013. QUESTIONS AND REQUEST FOR DRAWINGS: The last day to request drawings or ask questions regarding this solicitation is May 3, 2013. After this date, further requests may not be accepted due to time constraints. Drawings will be available on CD-ROM and available free of charge upon the contractor's request. All drawing requests shall be submitted in writing to Tara Holloway at tara.m.holloway@uscg.mil and Mable Lee at mable.l.lee@uscg.mil. Interested parties must be registered in the System for Award Management (SAM) or formerly known as the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the Internet at http://www.sam.gov or by calling 1-866-606-8220. All parties are encouraged to continually monitor the FedBizOpps.com website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Tara Holloway at tara.m.holloway@uscg.mil and Mable L. Lee at mable.l.lee@uscg.mil. PRE-SOLICITATION NOTICE: HSCG80-13-Q-P45B18 CGC RESOLUTE (WMEC-620) Drydock Repairs The United States Coast Guard, Surface Forces Logistics Center, Norfolk VA, intends to issue a Commercial Request for Quotation (RFQ) for Drydock and repairs to the CGC RESOLUTE (WMEC-620) a 210 Foot "B Class" Medium Endurance Cutter. The NAICS Code is 336611. The Coast Guard intends to conduct the procurement in accordance with 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 100% Total Small Business Set-Aside. Request for Quotation will be issued on or about April 25, 2013. 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 acquisition is to perform drydock and repairs to the CGC RESOLUTE (WMEC-620). There is no geographical restriction for this vessel. The vessel is home ported CG RESOLUTE, 600 8th Avenue SE, St. Petersburg, FL 33701-5099. All work will be performed at the contractor's facility. Anticipated Period of Performance: The period of performance is anticipated to be for FIFTY-SIX (56) calendar days with a start date of 10 July 2013 and end date of 04 September 2013. (Subject to change at the discretion of the Government) The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the CGC RESOLUTE (WMEC-620). This work may include, but is not limited to: Scope of Work: The scope of the acquisition is for the overhauling, cleaning, and repairing of various items aboard the CGC RESOLUTE (WMEC-620). This work will include, but is not limited to the following WORK ITEMS: Work Item 1: Hull Plating (U/W) Body, Ultrasonic Testing Work Item 2: Appendages (U/W) Leak Test Work Item 3: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair Work Item 4: Appendages (U/W) - Internal, Preserve Work Item 5: Voids (Non-Accessible), Leak Test Work Item 6: Work Item Deleted Work Item 7: Propulsion Shaft Bearings (External), Renew Work Item 8: Controllable Pitch Propeller Hub Assembly, Renew Work Item 9: Fathometer Transducer, Renew Work Item 10: Underwater (Speed) Log Transducer, Renew Work Item 11: Sea Valves and Waster Pieces, Overhaul or Renew Work Item 12: Sea Strainers - Duplex (All Sizes), Overhaul Work Item 13: Rudder Stock Bearings, Check Clearances Work Item 14: U/W Body, Preserve "100" Work Item 15: Hull Plating Freeboard, Preserve - Partial Work Item 16: Superstructure, Preserve "Partial" Work Item 17: Cathodic Protection/Zinc Anodes, Renew Work Item 18: Work Item Deleted Work Item 19: Voids (Non-Accessible), Preserve Internal Surfaces Work Item 20: Controllable Pitch Propeller (CPP) Oil Distribution (OD) Box, Inspect Work Item 21: Drydocking Work Item 24: Aft Vestibule Deck, Repair & Joiner Door, Renew Work Item 25: Aircastle Superstructure Supports, Repair Work Item 26: Starboard Anchor Chain Fairlead, Renew Work Item 27: Bilge T-Bars, Renew Work Item 28: Bridge Wing Propulsion Controls, Inspect and Overhaul Work Item 29: Bulkhead Top Connection, Renew Work Item 30: Deck Fittings, Renew Work Item 31: Fan Coli Unit (FCU) Drain, Restore to Original Configuration Work Item 32: Fire Station Hose Support, Renew Work Item 33: Flight Deck Drain Piping, Renew Work Item 34: Kickpipes, Renew Work Item 35: Deck Drains, Lower Work Item 36: Mortar Deck Stanchions and Handrails, Renew Work Item 37: Hull Plate and Striker Plate, Renew Work Item 38: Port Lights and Windows, Overhaul Work Item 39: Structural, Repairs Work Item 40: XO's Ladder Kick Plate, Renew Work Item 41: Rudder Assembly, Remove, Inspect and Reinstall Work Item 42: Welin Lambie Davit Foundation, Reinforce Work Item 43: Work Item Deleted Work Item 44: Work Item Deleted Work Item 45: Propulsion Propeller Shaft, Renew Work Item 46: Propulsion Shaft Seal (Mechanical and Inflatable) Assemblies, Overhaul Work Item 47: Propulsion Stern Tube Bearing, Renew Work Item 48: Stern Tube Interior Surfaces, Preserve 100% D-00B: GFP Report OPTIONAL WORK ITEMS: Work Item 22: Propulsion Shaft Coating, Renew Work Item 23: Propulsion Shafting, Straighten O-00A: Composite Labor Rate O-00Z: Laydays **Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.** **No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Tara M. Holloway@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). The last day to request drawings for this Request for Quotation is May 3, 2013 at 1:00 p.m. EST via email to tara.m.holloway@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-13-Q-P45B18/listing.html)
 
Place of Performance
Address: at contractor's facility, United States
 
Record
SN03064379-W 20130518/130516235413-447e4133fdea0cd812e7dfb7061a71c2 (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.