Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2015 FBO #4858
SOLICITATION NOTICE

20 -- FY15 Dry-Dock Repair CGC ANTHONY PETIT - ANTHONY PETIT, Specification

Notice Date
3/12/2015
 
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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-15-Q-P45747
 
Archive Date
4/20/2015
 
Point of Contact
Andrew G. Jacobs, Phone: 5106375974
 
E-Mail Address
Andrew.G.Jacobs@uscg.mil
(Andrew.G.Jacobs@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Specification for CGC ANTHONY PETIT FY15 Dry Dock Repair This is the same requirement for which a sources sought synopsis was posted on 5 December 2014. The reference/reference number was: DRYDOCK-REPAIRS-CGC-ANTHONY-PETIT. The U.S. Coast Guard Surface Forces Logistics Center, contracting and procurement IBCT product line intends to issue a solicitation requesting proposals for dry-dock repairs for the U.S. Coast Guard Cutter ANTHONY PETIT (WLM 558) a 175 foot coastal buoy tender home ported in Ketchikan, AK. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13.5, Test Program for Certain Commercial Items. This procurement will be issued as an unrestricted acquisition. The NAICS code will be 336611 and the small business size standard will be less than 1000 employees. Note: The geographic restriction for this requirement is the "inland waters of Alaska, Strait of Juan de Fuca, and Puget Sound." The solicitation will be issued as a best value request for quote (RFQ) 13 March 2015 with quotes due 13 April 2015. Quotes will be evaluated using price and past performance as evaluation factors with past performance and price being approximately equal in importance. The solicitation/RFQ will be issued via the Federal Business Opportunity (FedBizOpps) website at http://www.fbo.gov/. A hard copy solicitation will not be issued. Contractors will need to monitor the FedBizOpps website for RFQ/solicitation release and any subsequent amendments. As noted above, the home pier of the vessel is Ketchikan, AK. The period of performance (based on the cutter's availability) is: 10 June - 20 August 2015. The place of performance will be at the contractor's facility. The specification for this project is posted with this pre-solicitation synopsis for review from interested parties. Drawings on CD-ROM will be free of charge to contractors upon request. The contact for drawings is Andrew Jacobs at 510-637-5974, or Andrew.G.Jacobs@uscg.mil. Certifications: All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Contractors shall provide the following as described in SFLC Standard Specification 8634: 1) A current certification of its drydocking facility (prior to any contract award) 2) Pre-award calculations (prior to any contract award) 3) The docking and undocking calculations (after any contract award) For further information or questions regarding this solicitation, contact Andrew Jacobs at 510-637-5974, or Andrew.G.Jacobs@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-Q-P45747/listing.html)
 
Place of Performance
Address: The contractor's facility, United States
 
Record
SN03666219-W 20150314/150312235309-78e58c42b2adf21a3fd35533c2edf1d9 (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.