Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
SOURCES SOUGHT

J -- SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC KEY BISCAYNE

Notice Date
10/4/2012
 
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
USCGC1339FY13DD
 
Archive Date
10/27/2012
 
Point of Contact
Shavonda A. Jamison, Phone: 757-441-7036, 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 KEY BISCAYNE (WPB-1339) 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 perform DRY-DOCK repairs to the U.S. Coast Guard Cutter (USCGC) KEY BISCAYNE (WPB-1339), a 110 Foot "C CLASS" Patrol Boat. The vessel is home ported at 100 Trumbo Point Key West, FL 33040. All work will be performed at the contractor facility. This vessel is geographically restricted to 576 Nautical Miles one way, or 1152 Nautical Miles round trip from the cutter's homeport located at 100 Trumbo Point Key West, FL 33040. SCOPE OF WORK (Subject to change at the discretion of the Government): The scope of the acquisition is for the DRYDOCK repairs of the USCGC KEY BISCAYNE (WPB-1339). This work may include, but is not limited to the following items: Hull Plating, U/W Body, Inspect Hull Plating (U/W Body), Ultrasonic Testing Aluminum Hull and Structural Repairs - 1/4" Plate Aluminum Hull and Structural Repairs - 3/16" Plate Aluminum Hull and Structural Repairs - 5/16" Plate Hull and Structural Plating Repairs -Crack (Aluminum) Hull and Structural Plating Repairs - Crack (Steel) Hull and Structural Plating Repairs - Eroded Weld (Aluminum) Steel Hull and Structural Plating Repairs (5-Pound) Steel Hull and Structural Plating Repairs ( 7.0 Pound, 7.5-Pound or 7.65-Pound) Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) Tanks ( Fuel Service), Clean and Inspect Voids (Non-Accessible), Leak Test Tanks ( Fuel Stowage and Overflow), Clean and Inspect Voids (Non-Accessible), Preserve Internal Surfaces Tanks, Air Test Tanks (Potable Water), Clean and Inspect Tanks (Dirty Oil and Waste), Clean and Inspect Propulsion System, Alignment Check Propulsion Shafting, Remove, Inspect, and Reinstall Mechanical Shaft Seal Assemblies, Overhaul Propulsion Shafting Bearings (External), Renew Propulsion Shaft Stern Tube Bearings, Renew Propellers ; Remove, Inspect, and Reinstall Exhaust System, MDE, Inspect SW Heat Exchangers, Clean, Inspect and Hydro Fathometer Transducer, Renew Speed Doppler, Renew, Doppler Valve, Overhaul Sea Valves and Waster Pieces, Overhaul or Renew Sea Strainers - Duplex (All Sizes), Overhaul Steering Gear (General), Overhaul Rudder Assembly, Remove, Inspect and Reinstall Fin Stabilizers (General), Overhaul Tanks, (Grey Water) Clean and Inspect Tanks, ( Sewage Holding ) Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush (D) Forward Peak Compartment, Preserve Forward Head, Preserve Tanks ( Sewage Holding ), Preserve " Partial " (O) Tanks ( Aft Grey Water ), Preserve " 100% " Tanks ( Aft Grey Water ), Preserve"Partial" Tanks (Dirty Oil ), Preserve " 100% " Tanks (Dirty Oil ), Preserve " Partial" Tanks (Oily Water), Preserve "100%" Tanks (Oily Water), Preserve "Partial" Tanks (Potable Water), Preserve "100%" Tanks (Potable Water), Preserve "Partial" U/W Body, Preserve "100%" U/W Body, Preserve "Partial - Condition A " U/W Body, Preserve "Partial - Condition B" U/W Body, Preserve "Partial - Condition C " Cathodic Protection System (Bilge and Sea Chest), Renew Cathodic Protection System Inspect and Maintain Renew Floating Deck System in AFT Berthing Drydocking Temporary Services, Provide Data Service, Provide Sea Trial Performance, Provide Support Firemain Valves, Overhaul Or Renew Bilge and Ballast Valves, Overhaul or Renew Ship Service Diesel Generators Isolation Mounts, Install New Deck Covering (Interior), Renew Fin Stabilizers, Lower Bearing Housings, Renew Insulation, Aft Berthing, Renew Insulation, Overhead, CO's and XO's Stateroom, Renew Joiner Bulkhead Panels, CPO Passageway, Renew Joiner Bulkhead Panels, Passageway and Galley, Renew Piping, Potable Water Brominator, Renew Racks and Lockers, Renew Stern Tubes, Renew Structural Closures, Renew Superstructure, F/O Transfer Station, Repairs Ventilation Ducting, CO and XO Staterooms, EM Locker, Renew Sewage Holding Tank Renew Vent Pipe Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) 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(Subject to change at the discretion of the Government): The period of performance is anticipated to be for sixty-six (66) calendar days with a start date of April 17, 2013 and end date of June 21, 2013. 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 FRIDAY, OCTOBER 12, 2012 12:00PM, 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: Please state all that apply to your company. ____ a. 8(a) Small Business Concern; ____ b. HubZone Small Business Concern; ____ c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); ____ d. Veteran Owned Small Business Concern (VOSBC); ____ e. ED Woman Owned Small Business Concern (EDWOSB); ____ f. Woman Owned Small Business Concern (WOSBC); ____ g. Small Business Concern; ____ h. Large Business Concern 4. Documentation Verifying Small Business Size: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement of Proposal Submission: Statement whether your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: 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. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. 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 respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. 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/USCGC1339FY13DD/listing.html)
 
Place of Performance
Address: The contractor's facility, which must be within 576 nautical miles one way or 1152 nautical miles round trip from the cutter's homeport located at 100 Trumbo Point, Key West, FL 33040., Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN02908779-W 20121006/121004235549-6ac6546213f6f9c66f8368defca4402d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.