Federal Bid

Last Updated on 14 Jan 2016 at 1 PM
Combined Synopsis/Solicitation
Location Unknown

Drydock Repairs USCGC TAHOMA (WMEC-908)

Solicitation ID HSCG80-10-Q-3FA006
Posted Date 31 Jul 2009 at 2 PM
Archive Date 14 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location United states
The United States Coast Guard Maintenance & Logistics Command, Atlantic intends to issue a Commercial Request for Quote (RFQ) for the drydock and repairs to the USCGC Tahoma (WMEC-908) a 270 FOOT B CLASS MEDIUM ENDURANCE CUTTER. The Coast Guard intends to conduct this procurement in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. This procurement will be a Total Small Business Set-aside. All responsible small businesses may submit an offer, which shall be considered by the U.S. Coast Guard. The small business size standard for NAICS 336611 is less than 1,000 employees. The solicitation will be issued electronically as a Best Value Request for Quote (RFQ) on the Federal Business Opportunities (FedBizOpps) web page at http://www.fbo.gov on or about July 14, 2009 with quotes due on or about August 14, 2009. Please sign up for the Auto Notification Service to receive an e-mail from FedBizOpps when an action is taken under this solicitation. This commercial item requirement is set-aside for all small business concerns and will be evaluated whereas Past Performance is significantly more important than Price. The USCGC Tahoma’s homeport is Portsmouth, NH. The place of performance will be at the contractor’s facility. The performance period is fifty (54) calendar days and is expected to begin on or about October 12, 2009. The contractor shall provide all labor, material and equipment necessary to dry dock and repair the USCGC Tahoma (WMEC-908). The scope of work is for the overhauling, renewing and repairing of various items aboard the USCGC Tahoma (WMEC-908). The scope of the acquisition will include, but is not limited to: 1. Clean and Inspect Fuel Service Tanks 2. Clean, Inspect and Repair Ballast Tanks 3. Remove and Reinstall Propeller Shafts, and Inspect Stern 4. Inspect Propeller Shafts and Repair Fairwater 5. Remove, Inspect, and Reinstall Port Intermediate Shaft 6. Renew Shaft Covering 7. Straighten Shaft 8. Renew Water-Lubricated Shaft Bearings 9. Renew Propeller Shaft Sleeve(s) 10. Overhaul Stern Tube Seal Assemblies 11. Remove and Reinstall Controllable Pitch Propeller Hubs 12. Service Both Onboard Controllable Pitch Propeller Systems 13. Repair Main Diesel Engine #2 Exhaust Stack 14. Renew Speed Doppler 15. Renew Depth Indicating Transducers 16. Overhaul and Renew MSW/ASW Valves 17. Overhaul Firemain Valves 18. Clean and Inspect Simplex Sea Strainers 19. Service Rudder Assemblies 20. Service Fin Stabilizer Systems 21. Perform Anchor, Anchor Chain, and Ground Tackle Maintenance 22. Preserve Anchor, Anchor Chain, and Ground Tackle 23. Preserve and Repair Chain Lockers 24. Preserve Ballast Tanks - 100% 25. Preserve Ballast Tanks - Partial 26. Preserve Underwater Body – 100% 27. Preserve Underwater Body - Partial 28. Preserve Stern Tube(s) 29. Preserve Freeboard – 100% 30. DELETED 31. Routine Drydocking 32. Provide Temporary Logistics 33. Provide Support for Performance of Sea Trials 34. Preserve Refrigerated and Dry Stores Bilge Surfaces 35. Repair JP-5 Pump Room Bilge 36. Preserve Designated Engine Room Bilge Surfaces 37. Perform Designated Structural Repairs 38. Repair Hull at JP-5 Fuel Storage Tank 39. Renew Structural Closures 40. Renew Balanced Joiner Door 41. Perform Anchor Windlass Maintenance, Starboard 42. Remove, Inspect, and Reinstall Starboard Intermediate Shaft All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. All reference documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA 23510-9102. Drawings are now available on CD-ROM. The CD-ROM is available free of charge to contractors upon request not later than four (4) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). For information concerning this acquisition, contact Ms. Susan Kreider at (757) 628-4644 or by e-mail at [email protected]. Amendment (A00001) to solicitation HSCG80-10-3FA006 for USCGC TAHOMA dry-dock and repairs modification is s follows: Pre-Solicitation notice numbers as listed above has been changed form HSCG80-10-3FA006 to HSCG80-09-3FA006. This solicitation number will remain in effect until the contract award. AMENDMENT (A00002) TO SOLICITATION HSCG80-09-Q-3FA006 FOR USCGC TAHOMA DRYDOCK AND REPAIRS MODIFICATION IS AS FOLLOWS: SPECIFICATION AND SCHEDULE OF SERVICES HAS BEEN REVISED TO CHANGE CLIN 29, PRESERVE FREEBOARD – 100%, FROM AN OPTION ITEM TO A DEFINITE ITEM; AND CLIN 30, PRESERVE FREEBOARD SURFACES – PARTIAL, HAS BEEN DELETED IN ITS ENTIRETY.
Bid Protests Not Available

Similar Past Bids

Portsmouth Rhode island 23 Mar 2009 at 8 PM
Location Unknown 28 Feb 2006 at 5 AM
Location Unknown 17 Sep 2008 at 1 PM
Location Unknown 01 May 2018 at 5 PM