MODIFICATION
J -- RB-M 45644: FY15 DRYDOCKING & REPAIR, STA. MAYPORT - Solicitation 1
- Notice Date
- 11/13/2014
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-15-Q-P30122
- Archive Date
- 12/31/2014
- Point of Contact
- Ryan R. dela Cruz, Phone: (510) 637-5989, Matthew S. Katsaris, Phone: 5106375928
- E-Mail Address
-
Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil
(Ryan.R.DelaCruz@uscg.mil, Matthew.S.Katsaris@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RB-M 45644 SPECIFICATION REV-0 HSCG40-15-Q-P30122 The United States Coast Guard Surface Forces Logistics Center, Contracting Procurement Branch 3, intends to issue a Commercial Request for Quote (RFQ) for Drydocking and Repair of RB-M 45644, a 45' Response Boat, Medium (RB-M) homeported at USCG Station Mayport, Mayport, FL 32233. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This acquisition will be issued as a Best Value Request for Quote (RFQ), on or about 13NOV2014. The due date for quotes is estimated to be 16DEC2014 but the final deadline for submission of proposals shall be established upon release of the solicitation. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPPS) web page at https://fbo.gov. Hard copies of the solicitation and specification will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for the RFQ release and all subsequent amendments. FEDBIZOPPS contains an option for automatic notification service. This Requirement will be evaluated using past performance as an evaluation factor. THE ACQUISITION WILL BE SOLICITED AS A TOAL SMALL BUSINESS SET-ASIDE. The government intends to award one contract as a result of the solicitation. This availability is geographically restricted to a facility located within an area no greater than 320 nautical miles from the RB-M's home station, on navigable waterways and no greater than 50nm off shore. The anticipated Period of performance is sixty-five (65) calendar days, beginning on 27JAN2015. A CD-ROM containing all applicable drawings is available free of charge to contractors upon request not later than three (3) days from the issuance of the solicitation. CD-ROM (s) will be sent via FED-EX. The CD-ROM (s) contain Windows compliant raster/vector formats (e.g.*DWF, etc.). The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the 45644. This work may include, but is not limited to: 1. Ultrasonic Testing (UT) (100) Shots, Perform 2. Fendering System, Inspect 3. Diesel Fuel Tank, Clean and Inspect 4. Main Diesel Engine to Auragen Generator, Align 5. Main Diesel Engine To Jet Drive, Align 6. Water Jet-Inspect, Perform Service 7. Jet Drive Anodes, Renew 8. Sea Strainers, Inspect 9. Engine Exhaust Piping, Inspect 10. Electrical Isolation, Perform 11. Sea Valves, Overhaul 12. Sea Valves, Renew 13. Diesel Tank, Refuel 14. U/W Body, Preserve (100%) 15. Interior Hull Insulation, Inspect 16. Marine Chemist Services, Provide 17. Drydocking 18. Temporary Services, Provide 19. Sea Trial Performance, Support, Provide 20. Low Level Lights FWD 21. D - Ring, Remove and Install 22. Main Diesel Engine Mount Washers, Replace 23. Air Intake Baffle, Mast Step, Handhold, Install 24. Inverted Valve Hardware, Change 25. Flange Flat Washers, Replace 26. Tow Reel, Anchor Reel - Preserve 27. Water Jet Drive, Preserve Contractors shall provide a current certification of its drydocking facility/travel lift/or crane as required by the specification, Routine Drydocking Work Item, and SFLC Standard Specification 8634_STD. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. For further information or questions regarding this solicitation, please contact Mr. Ryan dela Cruz at (510) 637-5989 or email: Ryan.R.delaCruz@uscg.mil or Mr. Matt Katsaris at (510) 637-5928 or email: Matthew.S.Katsaris@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-P30122/listing.html)
- Place of Performance
- Address: CONTRACTOR PROVIDED FACILITY LOCATED WITHIN THE GEO-RESTRICTED AREA, United States
- Record
- SN03572514-W 20141115/141113234606-42973ad44f4d45f755cfd43f12ee4884 (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 |