Inactive
Notice ID:70Z08521RP4505100
The United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC) is seeking contractors capable of providing all labor, equipment, and materials to perform the replacement of the NR1 main ...
The United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC) is seeking contractors capable of providing all labor, equipment, and materials to perform the replacement of the NR1 main motor of the USCGC HEALY during an unplanned dry docking of the vessel. Note that a wider dock is required than normal for side clearance due to the motor’s size. Replacement motor will be provided as Government Furnished Equipment and delivered to Offeror’s dry dock location. CGC HEALY is home ported in Seattle, WA. There is a geographic restriction to the West Coast of the United States as per PACAREAINST 3100.1G; Interim Waiver to HEALY Geographic Restriction. HEALY Specs: Displacement at Full Load (LT) 16600 Length Overall (ft) 419.75 LBP (ft) 396.5 Length of Supported Keel (ft) 219.25 (ft) 203.7 Beam (ft) 82 ** Note that approximately 30 ft of clearance will be required between the starboard quarter of CGC HEALY and the dry dock wall to remove and replace the STBD main propulsion motor.** ** Note that the main propulsion motor weighs approximately 96 LT** Planned work items are: Dry Dock, Perform Sea Trials, Perform Temporary Services, Provide Temporary Fuel Offload, Provide Propulsion Shafts, Alignment Check Temporary Access Cuts Main Propulsion Motor, Remove and Replace Spreader Bar, Repair The solicitation will be issued utilizing procedures in FAR Part 12, Acquisition of Commercial Items. The solicitation is scheduled to be issued in September 2020. The anticipated start date will be October 2020 with an end date of 31December2020. NAICS Code for this requirement: 336611 – Ship Building and Repairing FSC Code for this requirement: J999 – Non-Nuclear Ship Repair (West) Size Standard: 1,250 Employees This procurement is unrestricted; full and open competition. Please note that interested offerors will be required to comply with the following to gain access to the Drawings and Technical Publications when the solicitation is released: i. Certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ . Current certification by JCP is required to be granted access to these packages by the USCG. ii. Complete the DHS 11000-6 Non-Disclosure Agreement form (attached). iii. Point of contact name and phone number with email address to receive files from the safe access file exchange website (https://safe.apps.mil/). The solicitation will be made available on the Beta System for Award Management (SAM) website at https://beta.sam.gov/ . Offerors are encouraged to monitor the site for additional information on this listing including the release of the solicitation and any subsequent amendments. Interested Offerors are responsible for downloading the solicitation on beta.sam.gov. Please note that to be eligible for award of this contract your company must be registered in the System for Award Management (SAM) database at the SAM website at https://www.sam.gov/SAM/ . If you have any questions, please contact Ms. Amy Kelm at (206) 217-6767 or via email at Amy.A.Kelm@uscg.mil.