Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

J -- CGC CYPRESS DRY DOCK FY16 - PRE-SOLICITATION NOTICE

Notice Date
9/14/2015
 
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
HSCG85-16-Q-P45009
 
Archive Date
4/1/2016
 
Point of Contact
Timothy M. Shuhart, Phone: 7576284602, Kathryn E. Stark, Phone: 7576284588
 
E-Mail Address
Timothy.M.Shuhart@uscg.mil, kathryn.e.stark@uscg.mil
(Timothy.M.Shuhart@uscg.mil, kathryn.e.stark@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE PRE-SOLICITATION NOTICE: DRY DOCK REPAIRS USCGC CYPRESS 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) CYPRESS (WLB 210) under REQUEST FOR QUOTATION (RFQ) HSCG85-16-Q-P45009. This requirement is a Set-Aside for owners of small business pursuant to the Small Business Act and FAR Part 19.502-2. All 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 HSCG85-16-Q-P45009 will be issued on or about 29 September 2015 with a closing date for receipt of QUOTATIONS on or about 29 October 2015, 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 22 October 2015 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) CYPRESS (WLB 210), a 225 foot Seagoing Buoy Tender. The vessel's home port is 211 South Ave, Pensacola, FL 32508. All work will be performed at the contractor's facility. 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 dock side repairs of the USCGC CYPRESS (WLB 210). 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 Appendages (U/W), Leak Test Propulsion Shaft Fairwaters and Rope Guards, Inspect Appendages (U/W) - Internal, Preserve Tanks (Potable Water), Clean and Inspect Propulsion Shafting; Remove, Inspect, and Reinstall Controllable Pitch Propeller, System Maintenance Controllable Pitch Propeller Hub, General Maintenance, Perform Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean Fathometer Transducer, General Maintenance Fwd Scan Sonar Transducer, General Maintenance, Perform Sea Strainers - Duplex (All Sizes), Overhaul Sea Strainers - Simplex (All Sizes), Clean and Inspect Sea Bay, Clean and Inspect Sea Bay, Preserve 100% Thruster Units (Bow And Stern), Overhaul Crossdeck Winches, Inspect and Service Hydraulic Inhaul Winch, Inspect and Service Mechanical Chain Stoppers, Inspect and Service Anchor Windlass, Inspect and Service Anchor Chain(s) and Ground Tackle, Inspect and Repair Single Point Davit - RHIB, Inspect and Service Buoy Crane, Inspect and Service Buoy Cargo Hold Deck, Preserve 100% U/W Body, Preserve (100%) Stern Tube Interior Surfaces, Preserve 100% Impressed Current Cathodic Protection System, Inspect and Maintain Impressed Current Cathodic Protection System Anodes, Renew Impressed Current Cathodic Protection System Reference Cells, Renew Impressed Current Cathodic Protection System Dielectric Shield, Repair Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew Drydock Temporary Services, Provide - Cutter SSDG ISOLATION MOUNT RENEWAL Hydraulic Steering Cooler, Install Main Diesel Engine, Mount Upgrade Stack and Uptake Space, Install Safety Components Reverse Osmosis Desalination Plant, Renew Hull Plating Freeboard, Preserve "100%" Deck Covering, Electrical Matting, Renew Deck Covering (Interior Wet/Dry), Renew Small Boat Fueling Station Piping, Renew Buoy Deck Fueling Station Piping, Renew Fuel Oil Return Pipe, Renew Handrail Stanchions and Safety Rail, Renew Buoy Cargo Hold Deck, Preserve 100% Portlight Renew Bilges (Machinery Space), Stern Thruster, Preserve Waste Oil Discharge Pipes, Renew Waste Oil Vent Pipe, Renew Firemain Isolation Valves, Renew Potable Water System Valves, Overhaul or Renew Deck Covering, Carpeting, Renew Refrigeration Lines, Restore to Original Configuration Machinery Exhaust Stack Insulation, Renew Rudder and Rudder Stock, Remove and Inspect Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renewal 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 seventy one (71) calendar days with a start date of 20 January 2016 and end date of 31 March 2016. 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/VPLMLCP/HSCG85-16-Q-P45009/listing.html)
 
Place of Performance
Address: CONTRACTOR FACILITY, United States
 
Record
SN03884618-W 20150916/150914235506-8c58f6304528a8cc05a26163e81402f2 (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.