Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2014 FBO #4745
SOLICITATION NOTICE

J -- RB-M 45622: FY15 DRYDOCKING & REPAIR, STA. NEW YORK

Notice Date
11/19/2014
 
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
HSCG40-15-Q-P30076
 
Archive Date
1/21/2015
 
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
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 45622, a 45' Response Boat, Medium (RB-M) homeported at USCG Station New York, Staten Island, NY 10305. 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 04DEC2014. The due date for quotes is estimated to be 06JAN2015 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-two (62) calendar days, beginning on 15FEB2015. 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 45622. This work may include, but is not limited to: 1. General Welding,Provide 2. Ultrasonic Testing (UT) (100) Shots, Perform 3. Hull Plating (U/W Body), Inspect 4. Fendering System, Inspect 5. Tanks (MP Fuel Service), Clean and Inspect 6. Main Diesel Engine to Auragen Generator, Align 7. Main Diesel Engine To Jet Drive, Align 8. Water Jet-Inspect, Perform Service 9. Jet Drive Anodes, Renew 10. Sea Strainers, Inspect 11. Engine Exhaust Piping, Inspect 12. Electrical Isolation, Perform 13. Sea Valves, Overhaul 14. Sea Valves, Renew 15. Diesel Tank, Refue 16. Water Jet Drive, Preserve 17. U/W Body, Preserve (100%) 18. Exterior Non-Skid Pads, Renew 19. Interior Hull Insulation, Inspect 20. Marine Chemist Services, Provide 21. Drydocking 22. Temporary Services, Provide 23. Sea Trial Performance, Provide Support 24. Main Diesel Engine Mount Washers, Replace 25. Low Level Lights FWD 26. Air Intake Baffle, Mast Step, Handhold, Install 27. Tow Reel, Anchor Reel - 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-P30076/listing.html)
 
Place of Performance
Address: CONTRACTOR PROVIDED FACILITY LOCATED WITHIN THE GEO-RESTRICTED AREA, United States
 
Record
SN03576530-W 20141121/141119234036-174a3bd827007c25c86e62b059874c78 (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.