The United States Coast Guard Surface Forces Logistics Center intends to issue a Commercial Request for Quote (RFQ) to establish a Requirements Contract; drydock repairs to the USCGC STEADFAST (WMEC-623), a 210 foot "B" class medium endurance cutter. This procurement is a Total small business set-aside. The contract cost magnitude for contract award is approximately $500,000.00 to $1,000,000.00. The resulting contract will be firm-fixed priced. The small business size standard for NAICS 336611 is less than 1,000 employees. The performance period is fifty-six (56) calendar days and is expected to begin on or about March 21, 2012. All work will be performed at the unit's homeport: 2185 S.E. Airport Rd., Warrenton, Oregon, 97146.
The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC STEADFAST (WMEC-623). This work will include, but is not limited to:
WORK ITEM 1: Main Diesel Engine's (MDE's), Stack Uptakes, Commercially Clean
WORK ITEM 2: SSDGs and EDG Exhaust Piping, Commercially Clean
WORK ITEM 3: Boiler, Exhaust Uptakes, Commercially Clean
WORK ITEM 4: Vent Ducts (Engine and Motor Room, All) Commercially Clean
WORK ITEM 5: Vent Ducts (Galley and Pantry Room, All) Commercially Clean
WORK ITEM 6: Vent Ducts (Laundry Exhaust) Commercially Clean
WORK ITEM 7: Compressed Air Receivers, Clean, Inspect and Test
WORK ITEM 8: Anchors, Anchor Chains and Ground Tackle, Inspect, Repair and Preserve
WORK ITEM 9: Warping Capstan, Level 2, Inspect and Repair
WORK ITEM 10: Single Point Davit, Level 1, Inspect and Test
WORK ITEM 11: Deck Fittings, Inspect
WORK ITEM 12: Electrical Wiring, Air conditioning(A/C), Upgrade
WORK ITEM 13: Control Air Dryer, Upgrade
WORK ITEM 14: Weight Handling Gear, Inspect and Test
WORK ITEM 15: Anchor Windless(s) Level 2, Inspect and Repair
WORK ITEM 16: Chain Locker(s), Inspect
WORK ITEM 17: Chain Locker(s), Preserve Partial
All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures.
The Government shall award a contract resulting from this solicitation to a responsive, responsible bidder 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 offerors quotes and are in descending order of importance:
Factor 1, Past Performance
Factor 2, Price
Factors 1 and 2 will be applied to determine the best value to the Government. Past Performance shall be considered significantly more important than price.
All Offerors must be registered in CCR and ORCA (http://orca.bpn.gov). Offerors are advised to begin this process when they prepare their quotes in order to ensure this registration is in place should they be selected for the award. For further information or questions regarding this solicitation, please contact Karen Marshall at (757) 628-4558, or by e-mail at [email protected].
The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about November 15, 2011, at the Federal Business Opportunities website at http://www.fbo.gov/. Enter this solicitation number (HSCG80-12-Q-P45056) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.