SOURCES SOUGHT
J -- DRY DOCK REPAIRS for USCGC SEA DOG (WPB-87373)
- Notice Date
- 1/25/2012
- 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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-12-R-SEADOG
- Point of Contact
- Shavonda A. Jamison, Phone: 7576284644, Susan A. Kreider, Phone: 7576284644
- E-Mail Address
-
Shavonda.Jamison@uscg.mil, susan.a.kreider@uscg.mil
(Shavonda.Jamison@uscg.mil, susan.a.kreider@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC SEA DOG (WPB-87373) This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Norfolk, VA to identify sources capable of providing the following: Dry Dock Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) SEA DOG (WPB-87373), an 87 Foot COASTAL Patrol Boat. The vessel is home ported in Kings Bay, GA. All work will be performed at the contractor facility. This vessel is geographically restricted to 576 Nautical miles one way, or 1,152 Nautical mile round trip from the cutter's homeport of Kings Bay, GA. Scope of Work: The scope of the acquisition is for the dry docking and repairs of the USCGC SEA DOG (WPB-87373). This work will include, but is not limited to the following items: 1: Remove Gyro Mounts 2: Perform Ultrasonic Thickness Measurements 3: Perform Ultrasonic Thickness Measurements 4: Forepeak, Modify (EC 087-A-33) 5: Dirty Oil Tank, Clean and Inspect 6: Oily Water Tank, Clean and Inspect 7: Tanks (MP Fuel Service), Clean and Inspect 8: Tanks, Potable Water, Clean and Inspect 9: Decks - Exterior Main Deck, Preserve 10: Superstructure, Preserve 100%, 11: Pilothouse Deck Aluminum, Inspect, Preserve, and Renew Electrical Matting 12: Depth Sounder, Capastic Fairing, Renew 13: Weather Tight Door, Fuel Station, Install (TCTO TB6000) 14: Hatch Coamings, Renew (EC 087-A-027) 15: Mast, Preserve 100% 16: Main Engine/Reduction Gear, Realign 17: Propulsion Shafts, Remove, Inspect, and Reinstall 18: Propulsion Shaft, Repair 19: Propulsion Shaft, Straighten 20: Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew 21: Aft Water-Lubricated Propulsion Shaft Bearing, Renew 22: Intermediate Bearing Carrier, Renew 23: Aft Bearing Carrier, Renew 24: Stern Tubes, Interior Surfaces, Preserve 100% 25: Stern Tubes, Interior Surfaces, Repair 26: Propellers, Remove, Inspect, and Reinstall 27: Propeller, Minor Reconditioning and Repairs, Perform 28: Lighting, Repair 29: Fathometer Transducer, Renew 30: Speed Log, Skin Valve Assembly, Clean and Inspect 31: Dirty Oil Tank TLI System, Install (TCTO TE7000.0) 32: Ventilation System, Engine Room Supply and Exhaust Fan Assemblies, Clean and Inspect 33: HVAC System Ducting, Clean 34: HVAC Piping Tree, Renew 35: Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair 36: Fire Station Camelback Racks, Modify (TCTO TB3 000) 37: AFFF Bilge Piping System, Install (EC 087-A-24) 38: Rudder Assemblies, Remove, Inspect and Reinstall 39: Mooring Bits, Renew (EC 087-B-037) 40: RHIB Notch Skid Pads, Inspect 41: RHIB Notch Skid Pad Studs, Renew 42: Stern Launch Door, Remove, Inspect and Reinstall 43: Grey Water Holding Tank, Clean and Inspect 44: Sewage Holding Tank, Clean and Inspect 45: Grey Water Piping, Clean and Flush 46: Sewage Piping, Clean and Flush 47: U/W Body, Preserve 100% 48: Hull Plating Freeboard, Preserve 100% 49: Cathodic Protection / Zincs, Renew 50: Interior Deck Covering System, Reseal 51: Drydocking 52: Temporary Services, Provide 53: Telephone Service, Provide 54: Bow Stanchions, Repair All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Anticipated Period of Performance: The period of performance is anticipated to be for SIXTY-ONE (61) calendar days with a start date of 11 July 2012 and end date of 07 September 2012. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 employees. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Shavonda.Jamison@uscg.mil or via fax to (757) 628-4628 (Attn: Shavonda Jamison/C&P1-PBPL) no later than February 1, 2012 at 3:00PM, Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business 4. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 5. Past Performance Information to include evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers CCR: Interested parties should register in the Central Contractor Registration (CCR)as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-SEADOG/listing.html)
- Place of Performance
- Address: USCG MFPU Kings Bay, 1050 USS Georgia Avenue, NSB Kings Bay, GA 31547, Kings Bay, Georgia, 31547, United States
- Zip Code: 31547
- Zip Code: 31547
- Record
- SN02660740-W 20120127/120125234403-5d250ae4088b4f2d04fb5f48d85a94ad (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 |