Period of Performance will be 3/5/14 - 5/14/14. The requirement will result in award of a single firm fixed price ship Repair contract.
The current list of work items is as follows:
Hull Plating (U/W Body), Insp
Hull Plating (U/W Body), Ultrasonic Testing
Appendages (U/W), Leak Test
Prop Shaft Fairwaters & Rope Guards, Insp&Rpr
Appendages (U/W) - Internal, Preserve
Voids (Non-Accessible), Leak Test
Voids (Non-Accessible), Preserve Internal Surfaces
Cargo Hatch (Hydraulic), Overhaul & Rpr
Prop Shafting Remove, Insp, & Reinstall
Prop Shaft Seals, Mech Overhaul & Inflatable Renewal
Prop Shaft Seals (Bulkhead), Overhaul
Prop Shaft Bearings (External), Check Clearances
Prop Tail Shaft Sleeve, Skim Cut
Prop Shaft Bearing, Stave Renewal
CPP, System Maintenance
CPP, Hub General Maintenance
CPP, Clean & Insp
CPP Hub, Remove & Reinstall
CPP, OD Box Rprs
Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean
SSDG Exhaust Piping, Commercial Clean13
Fathometer Transducer, General Maintenance
Fwd Scan Sonar Transducer, General Maintenance
Vent Ducts (Laundry Exhaust), Commercial Cleaning
Sea Valves & Waster Pieces, Overhaul or Renew
Sea Strainers - Duplex (All Sizes), Overhaul
Sea Bay, Clean & Insp
Sea Bay, Preserve 100%
Potable Water Pneumatic Tanks, Clean & Insp
Potable Water System Relief Valve, Overhaul or Renew
Compressed Air Receivers (All), Clean, Insp, & Hydro
Rudder, Insp & Rpr
Rudder & Rudder Stock, Removal & Inspion
Thruster Unit (General), Overhaul
Hull Ftgs (Wt Hdlg Rig Hdwr), Insp & Test; & Renew
Hydraulic Chain Stoppers, Overhaul
Crossdeck Winches, Overhaul
Hydraulic Inhaul Winch, Insp & Service - Tier II
Mech Chain Stoppers, Overhaul
Anchor Windlass, Level 2 Insp & Rpr
Anchor Chain(s) & Ground Tackle, Insp & Rpr
Warping Capstan, Level 2 Insp & Rpr
Boat Boom, Level 2 Insp & Rpr
Single Point Davit - RHIB, Level 2 Insp & Rpr
Buoy Crane, Insp & Rpr - Tier II
Chain Locker, Preserve 100%
Decks - Exterior(Buoy), Preserve 100%
U/W Body, Preserve (100%)
U/W Body, Preserve (Partial - Condition A)
U/W Body, Preserve (Partial - Condition B)
U/W Body, Preserve (Partial - Condition C)
Hull Plating Freeboard, Preserve -"100%"
Hull Plating Freeboard, Preserve - Partial
Superstructure, Preserve "Partial"
Cathodic Protection / Zinc Anodes, Renew
ICCPS, Insp & Maintain
ICCPS Reference Cells, Renew
ICCPS Dielectric Shield, Rpr
Drydocking
Temporary Services, Provide
Temporary Messing & Berthing, Provide
Sea Trial Performance, Provide Support
Steering System Heat Exchanger Inst & Ppg Mod
Firemain Valves, Overhaul or Renew
Bilges (Machinery Space) - Stern Thruster, Preserve
Decks (All Interior) - Bow Thruster Compts, Preserve
Deck Covering (Wet/Dry), Seal
Deck Covering (Interior Wet/Dry), Renew
Compartment Insulation (General), Renew
Piping Insulation, Renew
Hatch (Internal), Renew
Sea Valves, Overhaul or Renew
Bilges (Machinery Space) - AMR, Preserve
The NAICS code for this requirement is 336611 & the associated size standard is 1,000 employees on an annualized basis.
In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via e-mail to the Primary Point of Contact listed below by the Response Date.
Responses to this Notice shall be made via email as follows:
Subject Line: "HSCG85-13-I-KUK203 CGC KUKUI FY14 DRYDOCKING & REPAIRS SOURCES SOUGHT NOTICE"
1) Name of your shipyard
2) Street address of your shipyard
3) Your shipyard's DUNS number
4) Name, phone number & email address of your shipyard's main point of contact.
Interested parties must be registered in the System for Award Management (www.sam.gov), the successor to Central Contractor
Registration (www.ccr.gov), as prescribed in FAR Clause 52.212-1(k) for their responses to be validated. A decision on potential set-asides will be posted on FedBizOpps once SFLC has concluded its market research & formal acquisition planning for this requirement.