Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

20 -- Scheduled Dry Dock Repairs CGC CLEAT (WYLT 65615) - SPECIFICATIONS

Notice Date
2/11/2016
 
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-P45586
 
Archive Date
2/15/2016
 
Point of Contact
Shari A. Jackson-Humphrey, Phone: (510) 637-5870, Andrew G. Jacobs, Phone: 5106375974
 
E-Mail Address
Shari.A.Jackson-humphrey@uscg.mil, Andrew.G.Jacobs@uscg.mil
(Shari.A.Jackson-humphrey@uscg.mil, Andrew.G.Jacobs@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS-USCGC CLEAT This is the same requirement for which a sources sought synopsis was posted on 08 December 2015. The reference/reference number was: USCGC-CLEAT-FY16-DRYDOCK. 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 (USCGC) CLEAT (WYLT 65615), A 65 Foot Harbor Tug home port in Philadelphia, PA. 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 a total small business set aside. The NAICS code will be 336611 and the small business size standard is less than 1000 employees. Note: The geographic restriction for this requirement is an area no greater than 195 nautical miles from the homeport and no further than 10 nautical miles off shore. It is anticipated the solicitation will be issued as a best value Request For Quote (RFQ) 12 February 2016. The due date for receipt of quotes is 29 February It is anticipated quotes will be evaluated using price and past performance as evaluation factors. 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 Philadelphia, PA. The period of performance (based on the cutter's availability) is: 11 May 2016 through 27 July 2016. The place of performance will be at the proposed 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. Requests for drawings shall be received not later than 19 February 2016. The contact for drawings is Shari A. Jackson-Humphrey, (510) 637-5870, shari.a.jackson-humphrey@uscg.mil or Andrew Jacobs at (510) 637-5874, 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 dry docking facility (provided with the vendor quote) 2) Pre-award calculations (provided with the vendor quote) 3) The docking and undocking calculations (after any contract award) For further information or questions regarding this solicitation, contact Shari A. Jackson-Humphrey at (510) 637-5870, shari.a.jackson-humphrey@uscg.mil or Andrew Jacobs at (510) 637-5874, or Andrew.G.Jacobs@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-16-Q-P45586/listing.html)
 
Place of Performance
Address: Place of performance will be at the proposed contractor's facility, United States
 
Record
SN04018284-W 20160213/160211234808-ca10261da0410130f465a67264834ae3 (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  © 1994-2020, Loren Data Corp.