SOLICITATION NOTICE
J -- USCGC KNIGHT ISLAND (WPB-1348) UNPLANNED DRYDOCK REPAIRS FY13 - Knight Island UPDD FY13
- Notice Date
- 6/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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-P45X27
- Archive Date
- 8/8/2013
- Point of Contact
- Andrew J. Northcutt, Phone: 7574417032, Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
andrew.j.northcutt@uscg.mil, Nancy.M.Brinkman@uscg.mil
(andrew.j.northcutt@uscg.mil, Nancy.M.Brinkman@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Blank Schedule of Supplies/Services - Knight Island UPDD Specification - Knight Island UPDD Combined Synopsis/Solicitation - Knight Island UPDD COMBINED SYNOPSIS/ SOLICITATION FOR UNPLANNED DRYDOCK REPAIRS FOR USCGC KNIGHT ISLAND (WPB-1348) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This requirement is being solicited as a Total Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code is 336611, Ship Building and Repairing with a small business size standard of 1,000 employees. The solicitation number is HSCG80-13-Q-P45X27. REQUIRED DOCUMENTS Each quoter shall furnish the information required by the solicitation, which includes: 1. Completed USCG KNIGHT ISLAND Schedule (attachment) and Price Totals on pages 4 & 5 2. Past Performance Documentation 3. Small Business Self Certification annotating Small Business status under NAICS Code 336611 4. Proof of Insurance (Statement of Coverage from current Insurance carrier) 5. Welding Certification and Qualifications 6. Dry Dock Facility and/or Dry Dock Cradle (if applicable) Certification PLACE OF PERFORMANCE The place of performance will be at the contractor's facility. All work will be accomplished at the contractor's dry-dock facility. GEOGRAPHIC RESTRICTION Per U. S. Coast Guard Atlantic Area Instruction 3100.A, the vessel is geographically restricted to 475 nautical miles one way, 950 nautical miles round trip from the cutter's home port of Key West Florida. No contract shall be awarded to a facility located more than 475 nautical miles one way or 950 nautical miles round trip from the vessel home port of Key West, Florida. ANTICIPATED AWARD DATE The anticipated award date is on or about 14 June 2013, however it is subject to change. The government intends to award a fixed priced contract resulting from this solicitation to the responsible vendor whose complete quote, conforming to the solicitation, provides the best value. Work covered by this solicitation shall be completed within twenty-two (22) calendar days from the date the vessel becomes available to the Contractor. The availability is scheduled to start on or about June 17, 2013 and end on or about July 8, 2013. An arrival conference normally will be held within 48 hours of the scheduled start date. QUESTIONS AND REQUEST FOR DRAWING There are drawings listed for this solicitation. Requests for drawings are due by June 11. After this date, further requests may not be accepted due to time constraints. For questions regarding this solicitation, contact Andrew Northcutt, Contract Specialist at (757) 441-7032 or Andrew.J.Northcutt@uscg.mil. QUOTATION DUE DATE Quotations must arrive no later than 3:00 p.m. EST, June 12th, 2013. Quotations may be sent via electronic mail (e-mail) to Andrew.J.Northcutt@uscg.mil, or quotations may be sent via the US Postal Service or hand delivered to: USCG Surface Forces Logistics Center, Attn: Andrew Northcutt, 300 E. Main Street, Suite 600, Norfolk, VA 23510. As per FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997), vendors may submit facsimile quotes as responses to this solicitation. E-mail and Facsimile proposals are subject to the same rules as paper proposals. The telephone number for receiving facsimiles is (757) 628-4628/4676. PLEASE NOTE: QUOTATIONS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED INCOMPLETE AND MAY NOT BE CONSIDERED. DESCRIPTION OF WORK The Contractor shall furnish all necessary labor, material, equipment and such other things as are necessary, except as otherwise specified, to perform drydock repairs and alterations to the vessel, in accordance with this solicitation and attached USCGC KNIGHT ISLAND (WPB-1348) Specification for Unplanned Drydock Repairs FY2013, Rev-0 dated 07 June 2013. Failure to read the specifications in their entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk. Each quoter shall furnish the information required by the solicitation. All contractors are responsible for verifying the receipt of their quote. PRICING DATA Base Contract Line Item Numbers (CLINs) are marked as "D" for Definitive. Optional CLINs are marked "O" for Optional. D-001 Propulsion Shafting, Remove, Inspect, and Reinstall D-002 Mechanical Shaft Seal Assemblies, Overhaul O-003 Propulsion Shaft Bearings (External), Renew (O) D-004 Propulsion Shaft, Stern Tube Forward Bearings, Renew O-005 Propulsion Shaft, Forward Bearing Housings, Renew(O) D-006 Propellers; Remove, Inspect, and Reinstall D-007 Drydocking D-008 Temporary Services, Provide D-009 Data Service, Provide O-010 Propulsion System, Alignment Check (O) O-A Composite Labor Rate D-B GFP Report O-Z Laydays
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-13-Q-P45X27/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03083295-W 20130609/130607235406-92597a3fc563855b45f80a6790b276a2 (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 |