Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOURCES SOUGHT

J -- Dry-Dock Repairs USCGC CLEAT (WYTL-65615)

Notice Date
10/25/2012
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-12-S-202722
 
Archive Date
11/23/2012
 
Point of Contact
Karen Marshall, Phone: 7576284682, Linda C. Cho, Phone: 510-637-5965
 
E-Mail Address
karen.m.marshall@uscg.mil, Linda.C.Cho@uscg.mil
(karen.m.marshall@uscg.mil, Linda.C.Cho@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Dry-dock Repairs USCGC CLEAT (WYTL-65615) D CLASS This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. Also, to determine the dates (period of performance) for dry-docking the USCGC CLEAT (WTYL-65615) D CLASS during the period of May 1, 2013 through June 12, 2013 forty-three (43) calendar days after vessel becomes available. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This sources sought announcement is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Small Business Set-Aside for dry-dock repairs aboard the USCGC CLEAT (WYTL-65615), 65 Foot, "D" Class Cutter. The capabilities will be evaluated solely for the purpose of determining the Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in November 2013. The estimated value of this procurement is between $100,000.00 and $500,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. All work will be performed at the Cutter's homeport of Philadelphia, Virginia. The United States Coast Guard requests comments concerning its proposed plan to contract for dry-dock repairs aboard the USCGC CLEAT (WYTL-65615), 65 Foot, "D" Class Cutter. The Government will consider all comments and plans to issue a formal solicitation in November of 2012. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity for the respective requirement. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to solicitation announcements at a later time. This notice is to assist the United States Coast Guard-SFLC-CPD-C&P1-IBCTPL in determining potential sources. This work will include, but is not limited to: USCGC CLEAT WORK ITEM 1: Hull Plating (U/W Body), Inspect WORK ITEM 2: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 3: Hull and Structural Plating (General) - Degraded Weld (Steel), Repair WORK ITEM 4: Appendages (U/W), Leak Test WORK ITEM 5: Propulsion Shaft Rope Guards, Inspect and Repair WORK ITEM 6: Appendages (U/W) - Internal, Preserve WORK ITEM 7: Propulsion Shafting; Remove, Inspect, and Reinstall WORK ITEM 8: Propulsion Shaft Bearings (External), Check Clearances WORK ITEM 9: Propeller, Remove, Inspect, and Reinstall WORK ITEM 10: Propeller, Perform Minor Repairs and Reconditioning WORK ITEM 11: Keel Coolers, Clean, Inspect and Hydro WORK ITEM 12: Fathometer Transducer, Renew WORK ITEM 13: Sea Strainers (All Sizes), Renew WORK ITEM 14: Rudder Assembly, Remove, Inspect and Reinstall WORK ITEM 15: Forward Peak Compartment, Preserve WORK ITEM 16: U/W Body, Preserve "100%" WORK ITEM 17: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 18: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 19: Drydocking WORK ITEM 20: Temporary Services, Provide WORK ITEM 21: Sea Trial Performance, Provide Support WORK ITEM 22: Deck Covering (Interior Wet/Dry), Renew WORK ITEM 23: Hull and Structural Plating (General) -10.2-Pound Steel, Repair WORK ITEM 24: Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Repair WORK ITEM 25: Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Repair WORK ITEM 26: Hull and Structural Plating (General) - 7.65-Pound Steel Plate, Repair WORK ITEM 27: Voids (Non-Accessible), Leak Test WORK ITEM 28: Tanks (Potable Water), Preserve "100%" WORK ITEM 29: Tanks (Sewage Holding FWD), Preserve "100%" WORK ITEM 30: Bilges (Machinery Space) - Engine Room, Preserve WORK ITEM 31: Boat Davit, Level 1 Inspect and Test WORK ITEM 32: Hull Plating Freeboard, Preserve -"100%" WORK ITEM 33: Water Systems Insulation, Renew WORK ITEM 34: FWD Berthing (Bulkhead and Overhead Surfaces), Abate Lead Coatings WORK ITEM 35: Accessible Void(s), Preserve "100%" WORK ITEM 36: Pilot House Window Mounting Surfaces, Abate Lead Coatings WORK ITEM 37: CPO State Room (Bulkhead and Overhead Surfaces), Abate Lead Coatings WORK ITEM 38: Main Hold (Overhead, Bulkhead, and Bilge Surfaces), Abate Lead Coatings WORK ITEM 39: Aft Steering (Overhead, Bulkhead, and Bilge Surfaces), Abate Lead Coatings WORK ITEM 40: Pilothouse Stuffing Tube(s), Removal WORK ITEM 41: SW (AC) Cooling Pump Foundation Renew GEOGRAPHICAL RESTRICTION: Not to exceed 300 nautical miles from home port. The Government requests capability statements and comments from interested businesses regarding the work items described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. At a minimum, please include the following: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic Factors (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 336611; 5. Positive statement of your intent to submit a bid for this solicitation as a prime contractor; 6. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; 7. Past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable; Interested parties must be registered in the System and Award Management (SAM). Comments are to be sent either via email to Karen.M.Marshall@uscg.mil or submitted in hard copy to U.S. Coast Guard, ATTN: Karen Marshall, 300 E. Main Street, Suite 600, Norfolk, VA 23510 no later than 4:00 p.m. eastern standard time November 8, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-12-S-202722/listing.html)
 
Record
SN02919204-W 20121027/121025233950-50dc590cee8cbd68b9e26097e2398755 (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.