SOURCES SOUGHT
J -- Dry Dock Repairs of USCGC WAESCHE (WMSL-751) FY15
- Notice Date
- 10/6/2014
- 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
- HSCG85-15-S-DDWAES
- Point of Contact
- Wilma L. Estrada, Phone: 510.637.5981, Jennifer M. Stock, Phone: (510) 637-5906
- E-Mail Address
-
Wilma.L.Estrada@uscg.mil, jennifer.m.stock@uscg.mil
(Wilma.L.Estrada@uscg.mil, jennifer.m.stock@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard is seeking qualified sources to perform drydock repairs on the USCGC WAESCHE (WMSL 751). The planned period of performance will be on or about March 16, 2015 through May 11, 2015. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,000 employees. PLACE OF PERFORMANCE: Contractor's Facility GEOGRAPHICAL RESTRICTION - West Coast of the United States to include Alaska and Hawaii The cutter is homeported in Alameda CA. Sampling of work to be performed: (1) General Requirements; (2) Tanks (Ballast), Inspect; (3) Hull, 3D Laser Scan; (4) Hull Plate, Repair; (5) Hull Plating (U/W Body), Ultrasonic Testing; (6) Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair: (7) Chain Lockers, Clean and Inspect: (8) Voids (Non-Accessible), Leak Test: (9) Voids (Non-Accessible), Preserve Internal Surfaces; (10) Tanks (Potable Water), Clean and Inspect: (11) Propulsion Shaft Coating, Inspect, Test, and Repair - Shafts In: (12) Propulsion Shaft Seals (Mechanical), Inspect and Clean: (13) Propulsion Shaft Alignment Check and Bearings (External) Check Clearances: (14) Controllable Pitch Propeller System, General Maintenance (15) Controllable Pitch Propeller Hub Assembly, General Maintenance: (16): Doppler Speed Log, General Maintenance: (17) Sea Valves and Waster Pieces, Overhaul or Renew; (18) Seawater Strainers (All Sizes), Overhaul and Inspect ; (19) Rudder Stock Bearings, Check Clearances; (20) Rudder, Inspect and Repair; (21) Rudder Stock Seals, Clean and Inspect; (22) Bow Thruster Unit (General), Overhaul; (23) Anchors, Chains, and Stoppers, Inspect and Preserve; (24) Stern Ramp, Partial Preservation; (25) Tanks (Fore Peak and Ballast), Preserve "Partial"; (26) Tanks (JP-5), Preserve "Partial"; (27) Voids, Preserve "Partial"; (28) Hull Plating, Underwater Body Preserve,100 %; (29) Hull Plating Freeboard, Preserve "100%"; (30) Impressed Cathodic Protection System, Inspect and Maintain; (31) Temporary Services, Dry-dock Provide; (32) Sea Trials; (33) Dry-docking, Accomplish; (34) Deck, Preserve; (35) Main Propulsion Diesel Engine Sea Chest Suction, Modify; (36) Port and Starboard Steering Actuator, Inspect and Overhaul; (37) Plate Renewal-Optional; (38) Propulsion Shaft Bearing Staves-Shaft In Place, Renew-Optional; (39) Propulsion Shafting, Remove, Inspect, and Reinstall-Optional; (40) Chain Locker, Preserve 100%-Optional; (41) Tanks (Potable Water), Preserve "100%"-Optional; (42) Impressed Current Cathodic Protection System Anodes, Renew-Optional; (43) Impressed Current Cathodic Protection System Reference Cells, Renew; (44) Impressed Current Cathodic Protection System Dielectric Shield, Repair-Optional: (45) Impressed Current Cathodic Protection System Dielectric Shield, Renew-Optional; (46) Cathodic Protection, Zinc Anode Renew; (47) Deep Water Fathometer Transducer, Replace; (48) Doppler Speed Log Valve Overhaul; (49) Fathometer Transducer Renew. Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability and drydock facilities to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Responses are due no later than 1:00 p.m. (Pacific time), October 20, 2014. Send responses electronically to Wilma.L.Estrada@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-S-DDWAES/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03543569-W 20141008/141006234349-6c54338802359ad75493b2e18797150d (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 |