Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOURCES SOUGHT

J -- CGC KUKUI (WLB 203) FY14 DRYDOCKING AND REPAIRS

Notice Date
8/20/2013
 
Notice Type
Sources Sought
 
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
HSCG85-13-I-KUK203
 
Archive Date
9/4/2013
 
Point of Contact
James S. Altice, Phone: 206-217-6815
 
E-Mail Address
James.S.Altice@uscg.mil
(James.S.Altice@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether or not to set-aside an acquisition for 8(a), HUBZone, SDVOSB, WOSB or Small Business firms. Performance will take place at the contractor's facility. The geographical restriction for this requirement is Guam, Hawaii and the West Coast of the United States. Period of Performance will be 3/5/14 - 5/14/14. The requirement will result in award of a single firm fixed price ship Repair contract. The current list of work items is as follows: Hull Plating (U/W Body), Insp Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Prop Shaft Fairwaters & Rope Guards, Insp&Rpr Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Preserve Internal Surfaces Cargo Hatch (Hydraulic), Overhaul & Rpr Prop Shafting Remove, Insp, & Reinstall Prop Shaft Seals, Mech Overhaul & Inflatable Renewal Prop Shaft Seals (Bulkhead), Overhaul Prop Shaft Bearings (External), Check Clearances Prop Tail Shaft Sleeve, Skim Cut Prop Shaft Bearing, Stave Renewal CPP, System Maintenance CPP, Hub General Maintenance CPP, Clean & Insp CPP Hub, Remove & Reinstall CPP, OD Box Rprs Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean SSDG Exhaust Piping, Commercial Clean13 Fathometer Transducer, General Maintenance Fwd Scan Sonar Transducer, General Maintenance Vent Ducts (Laundry Exhaust), Commercial Cleaning Sea Valves & Waster Pieces, Overhaul or Renew Sea Strainers - Duplex (All Sizes), Overhaul Sea Bay, Clean & Insp Sea Bay, Preserve 100% Potable Water Pneumatic Tanks, Clean & Insp Potable Water System Relief Valve, Overhaul or Renew Compressed Air Receivers (All), Clean, Insp, & Hydro Rudder, Insp & Rpr Rudder & Rudder Stock, Removal & Inspion Thruster Unit (General), Overhaul Hull Ftgs (Wt Hdlg Rig Hdwr), Insp & Test; & Renew Hydraulic Chain Stoppers, Overhaul Crossdeck Winches, Overhaul Hydraulic Inhaul Winch, Insp & Service - Tier II Mech Chain Stoppers, Overhaul Anchor Windlass, Level 2 Insp & Rpr Anchor Chain(s) & Ground Tackle, Insp & Rpr Warping Capstan, Level 2 Insp & Rpr Boat Boom, Level 2 Insp & Rpr Single Point Davit - RHIB, Level 2 Insp & Rpr Buoy Crane, Insp & Rpr - Tier II Chain Locker, Preserve 100% Decks - Exterior(Buoy), Preserve 100% U/W Body, Preserve (100%) U/W Body, Preserve (Partial - Condition A) U/W Body, Preserve (Partial - Condition B) U/W Body, Preserve (Partial - Condition C) Hull Plating Freeboard, Preserve -"100%" Hull Plating Freeboard, Preserve - Partial Superstructure, Preserve "Partial" Cathodic Protection / Zinc Anodes, Renew ICCPS, Insp & Maintain ICCPS Reference Cells, Renew ICCPS Dielectric Shield, Rpr Drydocking Temporary Services, Provide Temporary Messing & Berthing, Provide Sea Trial Performance, Provide Support Steering System Heat Exchanger Inst & Ppg Mod Firemain Valves, Overhaul or Renew Bilges (Machinery Space) - Stern Thruster, Preserve Decks (All Interior) - Bow Thruster Compts, Preserve Deck Covering (Wet/Dry), Seal Deck Covering (Interior Wet/Dry), Renew Compartment Insulation (General), Renew Piping Insulation, Renew Hatch (Internal), Renew Sea Valves, Overhaul or Renew Bilges (Machinery Space) - AMR, Preserve The NAICS code for this requirement is 336611 & the associated size standard is 1,000 employees on an annualized basis. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via e-mail to the Primary Point of Contact listed below by the Response Date. Responses to this Notice shall be made via email as follows: Subject Line: "HSCG85-13-I-KUK203 CGC KUKUI FY14 DRYDOCKING & REPAIRS SOURCES SOUGHT NOTICE" 1) Name of your shipyard 2) Street address of your shipyard 3) Your shipyard's DUNS number 4) Name, phone number & email address of your shipyard's main point of contact. Interested parties must be registered in the System for Award Management (www.sam.gov), the successor to Central Contractor Registration (www.ccr.gov), as prescribed in FAR Clause 52.212-1(k) for their responses to be validated. A decision on potential set-asides will be posted on FedBizOpps once SFLC has concluded its market research & formal acquisition planning for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-13-I-KUK203/listing.html)
 
Place of Performance
Address: Contractor's certified drydocking facility., United States
 
Record
SN03155376-W 20130822/130820235719-41f768ca8585973efc44992f3576d6fa (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.