Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2016 FBO #5459
SOURCES SOUGHT

J -- DRY-DOCK & REPAIRS OF CGC ALEX HALEY (WMEC 39)

Notice Date
11/1/2016
 
Notice Type
Sources Sought
 
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
HSCG85-17-S-P45AHDD
 
Point of Contact
Valerie S Rivera-Chase, Phone: (510) 637-5972, Ryan R. DelaCruz, Phone: (510)637-5906
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil, Ryan.R.DelaCruz@uscg.mil
(Valerie.S.RiveraChase@uscg.mil, Ryan.R.DelaCruz@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is seeking qualified sources to perform dry-dock and repairs of CGC ALEX HALEY (WMEC 39), a 282 foot medium endurance cutters home ported in Kodiak, AK. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,000 employees. To increase market competition, the CGC ALEX HALEY drydock and repairs is being opened up to the US West Coast, Alaska and Hawaii. The U.S. Coast Guard will transit CGC ALEX HALEY to a contractor's shipyard in Alaska, Hawaii or the US West Coast. TENTATIVE PERIOD OF PERFORMANCE: 08 March 2017 through 09 May 2017. Prospective offerors must have the capabilities in performing and accomplishing the dry-dock and repairs for the cutter. Sampling of work to be performed: (1) dry-dock, (2) temporary services, provide-cutter; (3) hull plating (underwater body), inspect; (4) hull plating (underwater body) ultrasonic testing; (5) appendages (underwater), leak test; (6) cathodic protection/zinc anodes, renew; (7) anchor chain and ground tackle inspect and restore shot markings; (8) chain locker, touch up preservation; (9) anchor windlass, service and repairs; (10) propulsion shaft fairwaters and rope guards, inspect and repair; (11) controllable pitch propeller system maintenance; (12)propulsion shaft alignment (dry-dock) check; (13) CPP hubs, general maintenance; (14) propeller hub, remove and reinstall (optional); (15) Propeller shaft, renew (optional); (16) stern tube propulsion shafting, remove, inspect and reinstall (optional); (17) stern tube shaft, renew (optional); (18) rudder stock bearings check clearances and carrier bearing recess preservation; (19) rudders, inspect and repairs; (20)rudders preserve (100%); (21) fathometer transducer, general maintenance; (22) sea strainers (all sizes) inspection and renew via modification; (23) sea valves (<=2.5 inches) renewal; (24) sea valves overhaul; (25) thruster unit (general) overhaul; (26) tanks (aviation fuel service) clean and inspect; (27) tanks (potable water) clean and inspect; (28) underwater body preserve - partial; (29) hull plating freeboard, preserve - partial; masts (forward topmast, foremasts and signalmast), preserve 100%; (30) electrical matting renewal; (31) plate renewal; (32) vent intake plenum, preservation and repairs; (33) auxiliary machinery room, tank top repairs; (34) vane axial fan overhaul; (35) bilges and tank tops various areas preservation; (36) sea trial. Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Information must be submitted on or before 14 November 2016 at 11:00 A.M., Pacific Standard Time. Information will be submitted via e-mail to Valerie Rivera-Chase at valeries.riverachase@uscg.mil or Ryan DelaCruz at ryan.r.delacruz@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-17-S-P45AHDD/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04317229-W 20161103/161101234201-7d9708b14a3bafdc54fedef9cafb12be (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.