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. The RFQ/Solicitation will be issued pursuant to FAR 12, Acquisition of Commercial Items and FAR Part 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. The Coast Guard intends to award a fixed price contract resulting from this 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 shall 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-P45345 will be issued on or about 21 December 2015 with a closing date for receipt of QUOTATIONS on or about 20 January 2016, at 10:00 A.M. EST. The RFQ will be posted on the Government wide 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; All reference documents are available for viewing at 300 East Main Street, Suite 600 Norfolk, VA. 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than (4) days from the solicitation issuance. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). All questions/concerns/request for drawings regarding this solicitation are strongly encouraged to be submitted in writing to the Contract Specialist by 6 January 2016 at 1:00pm EST. Follow-up/additional questions may not be accepted after this date and time due to time constraints.
DOCKSIDE Repair Specification: Contractor shall provide all necessary, facilities, materials, equipment, and personnel to perform dockside repairs to the U.S. Coast Guard Cutter (USCGC) BARBARA MABRITY (WLM-559), a 175 foot Buoy Tender. The vessel is home ported 1500 15th Street, Mobile, AL 36615. All work will be performed at the vessel's home port.
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. (Subject to change at the discretion of the Government)
Scope of Work: The scope of the acquisition is for the dockside repairs of the USCGC BARBARA MABRITY (WLM 559). This work may include, but is not limited to the following WORK ITEMS:
WORK ITEM 1: Chain Lockers, Clean and Inspect
WORK ITEM 2: SW Heat Exchangers, Clean, Inspect and Hydro
WORK ITEM 3: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean
WORK ITEM 4: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
WORK ITEM 5: Circuit Breakers (60 Hz), Inspect and Test
WORK ITEM 6: Vent Ducts (Engine and Motor Room All), Commercial
WORK ITEM 7: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning
WORK ITEM 8: Vent Ducts (Laundry Exhaust), Commercial Cleaning
WORK ITEM 9: Vent Ducts (All Other), Commercial Cleaning
WORK ITEM 10: Hydraulic Chain Stoppers, Inspect and Service
WORK ITEM 11: Hydraulic Crossdeck Winches, Inspect and Service
WORK ITEM 12: Hydraulic Inhaul Winch, Inspect and Service
WORK ITEM 13: Single Point Davit, Inspect and Service
WORK ITEM 14: Grey Water Holding Tank(s), Clean and Inspect
WORK ITEM 15: Sewage Holding Tank(s), Clean and Inspect
WORK ITEM 16: Grey Water Piping, Clean and Flush
WORK ITEM 17: Sewage Piping, Clean and Flush
WORK ITEM 18: Chain Locker, Preserve 100%
WORK ITEM 19: Tanks (Grey Water Holding), Preserve "100%"
WORK ITEM 20: Tanks (Grey Water Holding), Preserve "Partial"
WORK ITEM 21: Tanks (Sewage Holding), Preserve "100%"
WORK ITEM 22: Tanks (Sewage Holding), Preserve "Partial"
WORK ITEM 23: Tanks (Sewage Vacuum Collection), Preserve "100%"
WORK ITEM 24: Tanks (Sewage Vacuum Collection), Preserve "Partial"
WORK ITEM 25: Decks - Exterior (Buoy or Construction Deck), Preserve 100%
WORK ITEM 26: Power Assisted Griping System, Remove
WORK ITEM 27: 01 Level Deck, Repair
WORK ITEM 28: Deck Surfaces, Preserve
WORK ITEM 29: Diesel Generators, Isolation Mounts Renewal
WORK ITEM 30: Main Deck Repair
WORK ITEM 31: Machinery Exhaust Insulation, Renew
WORK ITEM 32: RHIB Davit Hydraulic Piping Repair/Renew
WORK ITEM 33: Vent Duct Systems, Renew
WORK ITEM 34: Temporary Services, Provide - Cutter
WORK ITEM 35: Anchor Windlass, Inspect and Service
WORK ITEM 36: Anchor Chain(s), Renew
WORK ITEM 37: Supply Vent Duct Systems, Repair
WORK ITEM 38: Buoy Crane, Inspect and Service
WORK ITEM 39: Buoy Crane Main Winch, CT Function, Remove
WORK ITEM 40: Compressed Air System Refrigerated Air Dryer, Replacement
All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.
Period of Performance: The period of performance is anticipated to be forty-two (42) calendar days with a start date of 26 April 2016 and end date of 7 June 2016.
SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM report can be obtained by accessing the internet a 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 Crystal Elliott at [email protected].