Federal Bid

Last Updated on 27 Aug 2015 at 8 AM
Solicitation
Mac arthur West virginia

CGC HUDSON (WLIC 801) DOCKSIDE REPAIR

Solicitation ID HSCG85-16-Q-P45008
Posted Date 26 Aug 2015 at 5 PM
Archive Date 27 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Mac arthur West virginia United states

The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring Dock Side Repair services for the U.S. Coast Guard Cutter (USCGC) HUDSON (WLIC-801) under REQUEST FOR QUOTATION (RFQ) HSCG85-
16-Q-P45008.

USCGC HUDSON is a 160 ft Class Inland Construction Tender in service with the US Coast Guard's 7th District and
home ported in Miami Beach, FL.

The Coast Guard intends to conduct the procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13.5, Test Program for Certain Commercial Items. The acquisition will be issued as a 100% Set-Aside for Small Business (SB) concerns in accordance with the Small Business Act. 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/. All Small Businesses may submit offers, which shall be considered by the United States Coast Guard.

The Coast Guard intends to award a firm-fixed price contract resulting from the issued 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 will 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-P45008 will be issued on or about 4 September 2015 with a closing date for receipt of QUOTATIONS on or about 2 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: A CD-ROM containing all applicable drawings 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 2 October 2015 at 1:00pm EST. After this date further requests may not be accepted due to
time constraints. Forward all requests to [email protected].

DOCK SIDE Repair Specification: Contractor shall provide all necessary, materials, equipment, and personnel to perform dock side repairs to the USCGC HUDSON (WLIC 801). All work will be performed at the vessel's homeport in Miami Beach, FL.

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 HUDSON (WLIC 801).

This work will include, but is not limited to the following WORK ITEMS:

The scope of the Scope of the acquisition is for the overhauling, renewing and repairing of various items aboard
the USCGC HUDSON (WLIC-801). This work will include, but is not limited to the following work items:

WORK ITEM 1: Main Diesel Engine (MDE) Exhaust Piping, Commerical Clean
WORK ITEM 2: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commerical Clean
WORK ITEM 3: Boiler Exhaust Stack Uptakes, Commercial Clean
WORK ITEM 4: Compressed Air Receivers and System Valves (All) Clean, Inspect, Hydro and Lift
WORK ITEM 5: Crossdeck Winch, Inspect & Service
WORK ITEM 6: Spuds, Overhaul
WORK ITEM 7: Spud Winches, Inspect & Service
WORK ITEM 8: Spud Wells, Inspect
WORK ITEM 9: Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System)
WORK ITEM 10: Capstan, Inspect and Service
WORK ITEM 11: Spud Winches, Review
Base Notice: USCGC HUDSON (WLIC-801) DOCK SIDE (FY16) - HSCG85-16-Q-P45008. Page 2 of 5
WORK ITEM 12: Grey Water Piping, Clean and Flush
WORK ITEM 13: Flag Staff and Equipment-Repair/Renew
WORK ITEM 14: Watertight Hatch, Renew
WORK ITEM 15: Ladders , Renew
WORK ITEM 16: Ensign Staff and Anchor Light, Renew
WORK ITEM 17: Watertight Hatch, Renew
WORK ITEM 18: Watertight Scuttle, Renew
WORK ITEM 19: Drain Piping , Repair
WORK ITEM 20: Air Handler Units, Renew
WORK ITEM 21: Goose Neck Vent Pipes, Renew
WORK ITEM 22: Fan Rom and Fidley Deck Plating Renew
WORK ITEM 23: Weather Decks plating Repair
WORK ITEM 24: System Valves, Renew
WORK ITEM 25: Ship Structures, Test for Presence of Hazardous Material
WORK ITEM 26: Lead-Based Paint and Asbestos-Containing Material, Encapsulate
WORK ITEM 27: Temporary Services, Provide - Tender

Composite Labor Rate;
GFP Report;
Travel and Per Diem

All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.
Additionally, the contractor shall be responsible for providing Hotel Services for displaced crew during the Dock side/repair period.

Period of Performance: The period of performance is anticipated to be for twenty nine (29) calendar days with a start date of 5 Jan 2016 and end date of 2 Feb 2016.

System for Award Management (SAM): (Formally known as CCR). Interested parties should register in the SAM as
prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the following link: 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.

Quotations will be due on or about 4 September 2015 at 10:00 a.m. Eastern Standard Time and may be sent
via: Email: [email protected] or mailed to:

US Coast Guard
SFLC-CPD-C&P2-IBCT
ttn: Donna Eubanks
300 East Main Street, Suite 600
Norfolk, VA 23510-9102

Primary Point of Contact.:
Donna Eubanks,
[email protected]
Phone: 7576254661
Fax: 7576284630

Contracting Office Address:
100 Mac Arthur Causeway
Miami Beach, FL 33139

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Sep 2005 at 5 AM
Location Unknown 16 Nov 2009 at 8 PM
Location Unknown 03 Aug 2005 at 5 AM
Hudson Massachusetts 14 Aug 2015 at 5 PM
Location Unknown 02 Dec 2015 at 8 PM