Combine Solicitation - USCG STATION PORT ARANSAS (45611) 2014 DRYDOCK REPAIR - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
March 21, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – USCG STATION PORT ARANSAS (45611) 2014 DRYDOCK REPAIR

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 20-MAR-14

Office Address: Department of Homeland Security; United States Coast Guard (USCG); USCG Surface Forces Logistics Center (SFLC); 2401 Hawkins Point RoadBuilding 31, Mail Stop 26 Baltimore MD 21226-5000

Subject: USCG STATION PORT ARANSAS (45611) 2014 DRYDOCK REPAIR

Classification Code: J - Maintenance, repair & rebuilding of equipment

Solicitation Number: HSCG40-14-Q-P30850

Contact: Dorothy Rawls, Phone 7576284540, Email [email protected]

Setaside: Total Small BusinessTotal Small Business

Place of Performance Country: US

Description: Department of Homeland Security

United States Coast Guard (USCG)

USCG Surface Forces Logistics Center (SFLC)

This is a combined synopsis/solicitation, HSCG40-14-Q-P30850, for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-72 (JAN 2014), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611 and the Small Business Size Standard is 1000. This is a 100% Total Small Business Set-aside procurement; all responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures. The requirement is for the DRYDOCK and REPAIR of USCG STATION PORT ARANSAS (45611). NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program

It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO).

Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather filing a protest with the GAO or some external forum. Interested Parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.

INFORMAL FORUM WITH THE OMBUDSMAN

Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting officer, and solicitation closing date (if applicable).

FORMAL AGENCY PROTEST WITH THE OMBUDSMAN

Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protests to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below:

Commandant (GG-913) U.S. Coast Guard Headquarters Procurement Planning & Oversight Division 1900 Half Street, SW, JR11-0203 Washington, DC 20593-0001 Telephone: (202) 372-3692 FAX: (202) 475-3904

DESCRIPTION OF WORK (a) The Contractor shall furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dry-docking repairs and alterations to the vessel, in accordance with this solicitation and attached specifications.

(b) Failure to read the specifications in their entirety will not relieve the quoter from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the quoter's risk.

(c) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) www.acquisition.gov and shall provide the company Tax Information Number (TIN) with their offer. Any Contractor's Requests for Clarifications shall be answered via amendment to the solicitation and shall be received no later than 28 March 2014 at 12:00 PM EST Eastern Standard Time. The closing date and time for receipt of quote is 09 April 2014 at 12:00 PM EST Eastern Standard Time. Offerors may contact Dorothy Rawls at (757) 628-4540 or via email [email protected] for information regarding this solicitation.

Please email [email protected] to request CD drawings referenced in specification. Please indicate where you would like the drawings sent to in your email.

ANTICIPATED AWARD DATE

The contract is expected to be awarded on or about 16 April 2014. Work covered by this solicitation shall be completed within Sixty Five (65) Days from the date the vessel becomes available to the contractor. The availability is scheduled to start on or about 22 April 2014. An arrival conference normally will be held within 48 hours of the scheduled start date. Vessels being drydocked shall be in drydock within seventy-two (72) hours of delivery.GEOGRAPHIC RESTRICTION

A onetime Geographic Restriction waiver applies to the USCG STATION PORT ARANSAS. The vessel is restricted to an area no greater than 200 nautical miles from the home station, on navigable waterways and no open water transits.

Home Station: USCG STATION PORT ARANSAS, 800 NORTH STATION ST, PORT ARANSAS, TX 78373. SCHEDULE OF SUPPLIES/SERVICES

See Schedule of Supplies and Services. Definite Contract Line Items are marked as "D" for Definite. Option Contract Line Items are marked "O" for Optional. Insert unit prices in all items listed in the Schedule unless "NSP" is printed in the Unit Price column for any item. "NSP" in the section means "Not Separately Priced."Remember to include all of the individual pages of the attachment when you provide your pricing.

CLIN/DESCRIPTION

O-001 General Welding, Provide D-002 Ultrasonic Testing (UT) (100) Shots, Perform D-003 Fendering System, Inspect D-004 Diesel Fuel Tank, Clean and Inspect O-005 Water Jet-Inspect, Perform Service O-006 Jet Drive Anodes, Renew D-007 Sea Strainer, Overhaul D-008 Engine Exhaust Piping, Inspect O-009 Electrical Isolation, Perform D-010 Sea Valves, Overhaul D-011 Sea Valves, Renew D-012 Diesel Tank, Refuel O-013 Water Jet Drive, Preserve D-014 U/W Body, Preserve (100%) D-015 Interior Hull Insulation, Inspect D-016 Marine Chemist Services, Provide D-017 Drydocking D-018 Temporary Services, Provide D-019 Sea Trial Performance, Provide Support D-020 Flange Flat Washers, Replace O-021 Air Intake Baffle, Mast Step, Handhold, Install D-022 Main Diesel Engine to Auragen Generator, Align D-023 Main Diesel Engine To Jet Drive, Align D-024 Main Diesel Engine Mount Washers, Replace D-025 GFP O-026 Composite Labor Rate O-027 Lay Days

Total Price of Option Clins Total Price of Definite Clins Total Price of All

This solicitation may contain welding line items as either Definitive or Optional Items. With his/her quote the Contractor shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), and SFLC Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COTR for any welding to be performed on any proposed change request.

Vendors shall provide the following as fixed prices. If and when welding is required the vendor shall submit a CFR detailing the amount of welding required, material, number of labor hours and set up fee. Any CFR for welding shall be negotiated using the following as fixed rates:

Loaded labor rate - Welder ___________ 1 HOUR ________

Set up and Break down fee ___________ 1 JOB ________

(1) ACCESSIBILITY OF CONTRACTOR'S FACILITY

The contractor shall provide a facility accessible from a navigable waterway at which a ship of the characteristics described in the attached specification can, using its own propulsion, safely arrive, lie afloat and depart at all states of the tide and at any time day or night. The facility shall insure 2 (two) additional feet below minimum water depth at the pier per SFLC Standard Specification 0000 section 3.3.2.1.1.

Link/URL: https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-P30850/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  1472

Older

Combine Solicitation – DRYDOCKING & REPAIR: MLB 47232 NATIONAL MOTOR LIFE BOAT SCHOOL

Newer

Presolicitation Notice – Repair of the AN/ALQ-172

Advisor News

  • 6 in 10 Americans struggle with financial decisions
  • Trump bets his tax cuts will please Las Vegas voters on his swing West
  • Lifetime income is the missing link to global retirement security
  • Don’t let caregiving derail your clients’ retirement
  • The ‘magic number’ for retirement hits $1.45M
More Advisor News

Annuity News

  • Annuity industry grapples with consolidation, innovation and planning shifts
  • Human connection still key in the new annuity era
  • Lifetime income is the missing link to global retirement security
  • ‘All-weather’ annuity portfolios aim to sharply limit rainy days
  • Annuity income: The new 401(k) standard?
More Annuity News

Health/Employee Benefits News

  • Young cancer patients live the longest when they have this insurance: UTA study
  • Gyde Acquires Benavest to Expand AI-Powered Brokerage Platform and Accelerate Consumer Health Insurance Growth
  • Navigator cuts leave Americans with less help to find Obamacare plans
  • Health care deductibles could double, triple after School Board vote
  • Trump admin seeks health-care price transparency
More Health/Employee Benefits News

Life Insurance News

  • National Life Group Releases its 2025 Annual Report and Business Highlights
  • Is life insurance through an employer enough?
  • Best’s Market Segment Report: Australia’s Non-Life Insurance Segment Navigating Growth in a Volatile Landscape
  • AI and life insurance: Fast today, unpredictable tomorrow
  • Judge allows PHL policyholders to intervene, denies ‘premium holiday’
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Protectors Vegas Arrives Nov 9th - 11th
1,000+ attendees. 150+ speakers. Join the largest event in life & annuities this November.

A FIA Cap That Stays Locked
CapLock™ from Oceanview locks the cap at issue for 5 or 7 years. No resets. Just clarity.

Aim higher with Ascend annuities
Fixed, fixed-indexed, registered index-linked and advisory annuities to help you go above and beyond

Unlock the Future of Index-Linked Solutions
Join industry leaders shaping next-gen index strategies, distribution, and innovation.

Leveraging Underwriting Innovations
See how Pacific Life’s approach to life insurance underwriting can give you a competitive edge.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Press Releases

  • RFP #T01325
  • RFP #T01325
  • RFP #T01825
  • RFP #T01825
  • RFP #T01525
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet