Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2017 FBO #5707
SOURCES SOUGHT

J -- HSCG40-17-S-P30E93A USCG STA SAN DIEGO (45695) FY2017 DRYDOCK REPAIRS

Notice Date
7/7/2017
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-17-S-P30E93A
 
Archive Date
7/27/2017
 
Point of Contact
Sandra J. Fletcher, Phone: 7576284540
 
E-Mail Address
Sandra.J.Fletcher@uscg.mil
(Sandra.J.Fletcher@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard Surface Force Logistics Center intends to issue a Commercial Request for Quote (RFQ) for the Dry Dock and Repair of USCG STA SAN DIEGO RB-M (45695). The acquisition will be set-aside for Small Businesses. The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation FAR Part 12 Acquisition of Commercial Items and, FAR Part 13.3 Simplified Acquisition Methods. The acquisition will be issued as a Best Value, Request for Quote (RFQ). This Requirement will be evaluated using past performance as an evaluation factor. The standard NAICS is 336611. All work will be performed at a contractor's USCG certified drydock facility. GEOGRAPHIC RESTRICTION: In accordance with the U.S. Coast Guard Pacific Area Instruction 3100.1G, the vessel is restricted to an area no greater than 400 nautical miles from the RB-M's home station, on navigable waterways and no open water transits. Home Station: USCG STA San Diego, 2710 N. Harbor Drive, San Diego, CA 92101. The RFQ will be issued via the Federal Business Opportunity (FEDBIZOPS) web page at https://fbo.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. FEDBIZOPS also contains an option for automated notification service. Hard copies of the specification and solicitation will not be issued. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests via email to Sandra.J.Fletcher@uscg.mil. The scope of work for this acquisition is, but is not limited to: General Welding, Provide Ultrasonic Testing (UT) (100) Shots, Perform Fendering System Inspect Fender System, Renew Accessible Spaces, Inspect Diesel Fuel Tank, Clean and Inspect Mast Inspect Main Diesel Engine(s) To Auragen Generator(s) And Jet Drive(s), Align Water Jet Inspect, Perform Service Jet Drive Anodes, Renew Sea Strainer, Overhaul Engine Exhaust Piping, Inspect Muffler(s), Clean and Inspect Electrical Isolation, Perform, Meps Various Piping, Inspect MDE SW Valves, Overhaul Sea Valves, Renew Diesel Tank(s), Refuel Fender Faying Services, Preserve (100%) Water Jet Drive, Preserve U/W Body, Preserve (100%) Exterior and Interior Non-Skid Pads, Renew Interior Hull Insulation, Inspect Marine Chemist, Provide Drydock Temporary Services, Provide Sea Trial Performance, Support, Provide Low Level Lights FWD Shurjoint Couplings, Replace Tow Reel, Anchor Reel - Preserve Lazarette Bilge, Preserve For further information or questions regarding the solicitation, please contact Sandra Fletcher via email at Sandra.J.Fletcher@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-S-P30E93A/listing.html)
 
Place of Performance
Address: Contractor's USCG Certified Drydock facility, United States
 
Record
SN04571817-W 20170709/170708000011-78f93958ef4e5c5f6fec33c91c7acce9 (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.