Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2013 FBO #4411
SOLICITATION NOTICE

J -- DRY DOCK CGC CUSHING WPB 1321

Notice Date
12/20/2013
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG80-14-Q-P45634
 
Archive Date
2/14/2014
 
Point of Contact
Timothy M. Shuhart, Phone: 7576284602, Louis Romano, Phone: 7576284651
 
E-Mail Address
Timothy.M.Shuhart@uscg.mil, louis.j.romano@uscg.mil
(Timothy.M.Shuhart@uscg.mil, louis.j.romano@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE: DRY DOCK REPAIRS USCGC CUSHING (WPB-1321) The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring dry dock repair services for the U.S. Coast Guard Cutter (USCGC) CUSHING (WPB-1321) under REQUEST FOR QUOTATION (RFQ) HSCG80-14-Q-P45634. This requirement is a Set-Aside for owners of Service Disabled Veteran Owned Small Business pursuant to the Small Business Act and FAR Part 19.14. All Service Disabled Veteran Owned Small Business may submit offers, which shall be considered by the United States Coast Guard. The applicable North American Industry Classification System (NAICS) Code is 336611 for SHIP BUILDING AND REPAIRING with a Size Standard of 1,000 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. The RFQ/solicitation will be issued pursuant to FAR 12, Acquisition of Commercial Items and FAR Part 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. The Coast Guard intends to award a fixed price contract resulting from this solicitation to a responsive, responsible contractor whose written quote is considered most advantageous to the Government both in price and other factors considered. The following factors shall be used to evaluate 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. Please note Past performance is more important than price. A vendor without a record of relevant past performance will not be evaluated favorably or unfavorably on past performance. The RFQ/solicitation HSCG80-14-Q-PV45634 will be issued on or about 31 December 2013 with a closing date for receipt of QUOTATIONS on or about 30 January 2014, 1:00 P.M. EST. The RFQ will be posted on the Governmentwide Point of Entry (GPE), 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 Federal Business Opportunity website when an action is taken under this solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS AND REQUEST FOR DRAWINGS: All reference documents are available for viewing at 300 East Main Street Suite 600 Norfolk VA 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than four (4) days from the solicitation issuance. The CD-ROM (s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). The last day to submit questions regarding this solicitation is on or about 24 January 2014 at 1:00pm EST. After this date further requests may not be accepted due to time constraints. DRY DOCK Repair Specification: Contractor shall provide all necessary, facilities, materials, equipment, and personnel to perform dry dock repairs to the U.S. Coast Guard Cutter (USCGC) CUSHING (WPB-1321), a 110 Foot Class B Patrol Boat. The vessel's home port is San Juan, Puerto Rico. The temporary home port is Key West, Florida. All work will be performed at the contractor's facility. This vessel is geographically restricted from 475 Nautical miles one way, or 950 Nautical miles round trip from the cutter's temporary homeport of Key West, Florida. (Subject to change at the discretion of the Government) 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. Scope of Work: The scope of the acquisition is for the dry dock repairs of the USCGC CUSHING (WPB-1321). This work will include, but is not limited to the following WORK ITEMS: Hull Plating (U/W Body), Inspect Hull Plating (U/W Body), Ultrasonic Testing Aluminum Hull and Structural Repairs - 1/4" Plate Aluminum Hull and Structural Repairs - 3/16" Plate Aluminum Hull and Structural Repairs - 5/16" Plate Hull and Structural Plating Repairs -Crack (Aluminum) Hull and Structural Plating Repairs - Crack (Steel) Hull and Structural Plating Repairs - Eroded Weld (Aluminum) Steel Hull and Structural Plating Repairs (5-Pound) Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound) Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Tanks (MP Fuel Stowage and Overflow), Clean and Inspect Voids (Non-Accessible), Preserve Internal Surfaces Tanks (MP Fuel Service), Clean and Inspect Tanks (Potable Water), Clean and Inspect Tanks (Dirty Oil and Waste), Clean and Inspect Propulsion System, Alignment Check Propulsion Shafting, Remove, Inspect, and Reinstall Propulsion Shafting, Renew Mechanical Shaft Seal Assemblies, Overhaul Propulsion Shaft Bearings (External), Renew Propulsion Shaft, Stern Tube Forward Bearing, Renew Propellers; Remove, Inspect, and Reinstall SW Heat Exchangers, Clean, Inspect and Hydro Fathometer Transducer, Renew Speed Doppler, Renew, Doppler Valve, Overhaul Sea Valves, Overhaul or Renew Sea Strainers (All Sizes), Renew Sea Strainers - Duplex (All Sizes), Overhaul Fin Stabilizers (General), Overhaul Electro-Hydraulic Crane, Renew Tanks, (Grey Water) Clean and Inspect Tanks, (Sewage Holding) Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush Forward Peak Compartment, Preserve Forward Void, Preserve Tanks (Sewage Holding), Preserve "100%" Tanks (Sewage Holding), Preserve "Partial" Tanks (Aft Grey Water), Preserve "100%" Tanks (Aft Grey Water), Preserve "Partial" Tanks (Dirty Oil), Preserve "100%" Tanks (Dirty Oil), Preserve "Partial" Tank (Oily Water), Preserve "100%" Tanks (Oily Water), Preserve "Partial" Tanks (Potable Water), Preserve "100%" Tanks (Potable Water), Preserve "Partial" Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) 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) Stern Tube Interior Surfaces, Preserve 100% Cathodic Protection System (Bilge and Sea Chest), Renew Cathodic Protection System, Inspect and Maintain CAPAC Anode Assembly Renew Drydocking Temporary Services, Provide Data Service, Provide Exhaust Piping System, Inspect Steering Gear (General), Overhaul Rudder Assembly, Remove, Inspect and Reinstall Ventilation System, Clean and Renew Flex Piping CAPAC System, Renew Electrode Deck Covering (Interior Wet/Dry). Renew Firemain Valves, Renew Hatches and Door, Renew Potable Water Valves, Renew Forepeak Sounding Tube, Renew Windows, Remove, Inspect, Reinstall Structural, Fire Hose Racks, Renew Stuffing Tube, Renew Composite Labor Rate GFP Report Laydays All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Period of Performance: The period of performance is anticipated to be for one hundred and thirty six (136) calendar days with a start date of 7 May 2014 and end date of 19 September 2014. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606 8220. All parties are encouraged to continually monitor the Federal Business Opportunity website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-14-Q-P45634/listing.html)
 
Place of Performance
Address: The temporary home port is Key West, Florida. All work will be performed at the contractor’s facility. This vessel is geographically restricted from 475 Nautical miles one way, or 950 Nautical miles round trip from the cutter’s temporary homeport of Key West, Florida., KEY WEST, Florida, 33040, United States
Zip Code: 33040
 
Record
SN03256374-W 20131222/131220235447-d98e6d9697d40c31c712b712857d3ac4 (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.