SOURCES SOUGHT
20 -- Sources Sought Notice for 418’ WMSL Vessel Rudder and Rudder Blade Stock
- Notice Date
- 1/24/2012
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-12-I-P00002
- Archive Date
- 2/28/2012
- Point of Contact
- Amy A. Kelm, Phone: 2062176767
- E-Mail Address
-
amy.a.kelm@uscg.mil
(amy.a.kelm@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for 418' WMSL Vessel Rudder and Rudder Blade Stock. A firm-fixed price, commercial supply contract is planned. Work will be accomplished at the contractor's facility. The rudder stock, rudder blade and castings will be delivered to Coast Guard inventory in Barstow, CA. The Coast Guard is interested in determining what sources are able to provide 418' WMSL Rudder stock and blade. We are trying to determine, from your feedback, if this procurement will be eligible as a small business set-aside and then further classification into the following programs: 8(a) concerns, HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Economically Disadvantaged Women Owned Small Business Concerns (EDWOSB/WOSB). The small business size standard is 1,000 or less employees. The NAICS Code is 336611. Note that small business concerns for set-asides are reminded that it is required that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern (52.219-14,"Limitations on Subcontracting"). EXPECTED PERIOD OF PERFORMANCE: Twelve months from date of award. WORK DETAIL Note: References to drawings and specifications will be provided with solicitation issuance. Scope: This specification defines the fabrication, inspection, preservation and packaging requirements for a Rudder Blade and Rudder Stock used on 418 Foot, WMSL, National Security Cutter of the United States Coast Guard. Requirements: The contractor shall provide all labor and materials to manufacture the rudder blade and rudder stock for use on Coast Guard 418' WMSL Class of National Security Cutters. The Rudder Blade shall be manufactured in accordance with Coast Guard Drawings and the specification. The Rudder Stock shall be manufactured in accordance with Coast Guard Drawings. Each Rudder Blade and Stock shall include all pieces shown in the bill of materials including all materials and hardware necessary to complete each rudder assembly. Weld Quality: All welds shall be thoroughly fused with base metal. Welds shall be free of craters, undercutting, overlaps, porosity, or cracks. All welding shall conform to AWS D1.1. Specification. Welder Qualification: Welders shall have a current and valid qualification record certified by one or more of the following organizations American Welding Society, American Bureau of Shipping or Department of the Navy. Painting, Rudder Blade Exterior: Surface Preparation: In preparation for painting, the rudder exterior surface shall be sand blasted to near white metal in accordance with SSPC-SP10/NACE No. 2 using grit conforming to MIL-A-22262. Blasting shall result in an anchor profile of 1.5 to 3.5 mils. All machine finished surfaces at risk of damage from sand blast and paint operations shall be plugged, blanked off or otherwise protected while this work is being performed. Paint Coating: Paint coating shall be two coats, 5 to 6 mils dry film thickness of anti-corrosive epoxy in accordance with MIL-PRF-24647D. Preservation, Packaging & Marking: The rudder and stock shall be preserved, packed and marked to withstand outdoor storage for two years. TECHNICAL AND LICENSING BARRIERS/LIMITS: a) Past performance clearly demonstrating work successfully performed of the same or similar type. b) A facility that has the equipment and skilled labor force to perform the work. c) All welding shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. FORMAT AND CONTENT OF RESPONSES: Responses from both large and small businesses are considered at this time on the following: a) All responses shall include Company Name (including particular company business unit), Company Address, Points of Contact (POC) including: name, phone number, fax number, email address. Also include the following: i) Indicate your company business size and status (i.e. 8(a), SDVOSB, etc.). ii) Indicate whether your company (and specific business unit) is registered in CCR (www.ccr.gov) iii) Indicate whether your company (and specific business unit) has completed annual representations and certifications in ORCA (http://orca.bpn.gov/) iv) Provide your business unit's DUNS No. v) Provide your business unit's Cage Code. b) Address your ability to provide the supplies requested. c) How long would it take to accomplish the work? d) Provide references to equivalent type of work performed in the past five (5) years (provide customer contract number, company or POC name and phone number.) e) Responses to this notice are limited to two (2) pages. Send electronically to Amy Kelm at amy.a.kelm@uscg.mil. E-mail only please. All responses shall be received at this address no later than 4:00 p.m. (PT) on 13Feb2012 and shall reference HSCG85-12-I-P00002 on both the email subject line and on the submitted documents. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-I-P00002 /listing.html)
- Record
- SN02659728-W 20120126/120124234125-fa65f39f98ce94bcc5d62c631697f445 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |