Ammunition Hoist Test Weight Fabrication

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08520QP45E2700

Basic Details

started - 28 May, 2020 (about 3 years ago)

Start Date

28 May, 2020 (about 3 years ago)
due - 02 Jun, 2020 (about 3 years ago)

Due Date

02 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
70Z08520QP45E2700

Identifier

70Z08520QP45E2700
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (33929)US COAST GUARD (24128)SFLC PROCUREMENT BRANCH 2(00085) (3619)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The United States Coast Guard, Surface Forces Logistics Centers, Long Range Enforcer - Contracts & Procurement Branch 2, Oakland, CA anticipates awarding SOLE SOURCE procurement to BAY MACHINE AND FABRICATIONUnited States Coast Guard (USCG) Maritime Security Cutter-Large (WMSL) Ammunition Hoist Test Weight Fabrication1.  SCOPE1.1 Intent.  This Statement of Work (SOW) describes the requirements for the Contractor to fabricate and deliver one ship set of ammunition hoist test weights for USCG WMSL cutters.1.2 Government-furnished property.None.2.  REFERENCESCoast Guard DrawingsCoast Guard Drawing “Ammo Hoist Weight Testing Blocks”Surface Forces Logistics Center (SFLC) Standard Specification 6310 (2018), Requirements for Preservation of Ship StructuresCoast Guard PublicationsNoneOther ReferencesNone3.  REQUIREMENTS3.1 Fabrication.  The Contractor shall fabricate one ship set of weight testing blocks as shown on the referenced Coast Guard Drawing, consisting of one 420-pound weight, two
210-pound weights, one 900-pound weight, and two 450-pound weights.3.2 Verification.  Verify that the final weight of the test weight is within the acceptable weight tolerance of -0/+5%.  If the actual weight is outside the acceptable tolerance, recommend modification to the design to the Contracting Officer’s Representative (COR).  Provide a report to the COR with the actual weights.Test WeightLower Limit (-0%)Upper Limit (+5%)420.0 lb420.0 lb441.0 lb210.0 lb210.0 lb220.5 lb900.0 lb900.0 lb845.0 lb450.0 lb450.0 lb472.5 lb3.3 Labeling.  Weld 1.5-inch high numerals on the top surface of each test weight indicating the test weight, e.g. “420 LB”.3.4 Surface Preparation and Coating.  Prepare and coat the weights to SSPC-SP 10/NACE No. 2 using the system specified for “Inaccessible Areas, Steel”, Option II, in accordance with SFLC Standard Specification 6310.3.5 Delivery.  Deliver test weights to:U.S. Coast Guard Island1 Eagle RdAlameda, CA 94501-51014.  NOTES4.1 USCG COR.  LCDR Matthew Eyler, matthew.e.eyler@uscg.mil, (510) 637-5899Base Access Requirements: Access to the Federal Law Enforcement Training Center (FLETC) requires submittal of access forms. The FTC-OSPR-17 and OF306 forms are required for all U.S. citizens. The 17A form is an additional form that is required for all foreign nationals (including naturalized citizens). FLETC requires 10-14 days for processing of applications for U.S. Citizens and up to 30 days for foreign nationals. In general, new contractors are provided with an initial 30-day badge. These 30 days are intended to provide time for the contractor to get fingerprinted and allows the CG time to process fingerprints (which typically takes 2 weeks). It is only after FLETC receives positive fingerprint results that they will provide a "full-badge" (which should last the duration of the contract). If and only if, the contract will last 5 days or less, only a FTC-OSPR-17Z needs to be submitted for each contractor that will need access to the facility. Contractors that will be onsite for longer than 5 days will need to follow the process outlined above. Vendor will provide all labor and parts listed in the Schedule. NAICS Code #336611 applies to this procurement. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. No solicitation will be issued, however all responses received on/before 0700 AM PST for 70Z08520PP45E2700  will be reviewed by the Government. A determination not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. This notice of intent is NOT a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. All questions concerning this notice must be submitted in writing the Purchasing Agent via email address is: WILLIAM.A.SWORDJR@USCG.MILPrimary Point of Contact.: SK2 WILLIAM SWORD Contracting Office Address: 1301 Clay St.,Suite 800NOakland, California 94612-5249United States

CA  94501  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Alameda

Classification

naicsCode 336611Ship Building and Repairing
pscCode J028Maintenance, Repair and Rebuilding of Equipment: Engines, Turbines, and Components