Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2012 FBO #4043
SOURCES SOUGHT

20 -- CGC THETIS Drydock Repairs FY13

Notice Date
12/17/2012
 
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
CGCTHETISDDRepairsFY13
 
Archive Date
12/17/2013
 
Point of Contact
Tara M. Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
TaraM.Holloway@uscg.mil, mable.l.lee@uscg.mil
(TaraM.Holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Date: 17 December 2012 SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC THETIS (WMEC-910) FY13 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 exist, (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 companies 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 Forces Logistics Center, Norfolk, VA to identify sources capable of providing the following: Drydock Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK Repairs to the U.S. Coast Guard Cutter (USCGC) THETIS (WMEC-910), a 270 Foot "B Class" Medium Endurance Cutter. The vessel is home ported c/o Coast Guard Group, Key West, FL 33040-0005. All work will be performed at the contractor's facility. Scope of Work: The scope of the acquisition is for the overhauling, cleaning, and repairing of various items aboard the USCGC THETIS (WMEC-910). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Hull Plating (U/W Body), Ultrasonic Testing (250 shots) WORK ITEM 2: Appendages (U/W), Leak Test WORK ITEM 3: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair WORK ITEM 4: Fairwater for Starboard Stern Tube, Renew WORK ITEM 5: Appendages (U/W) - Internal, Preserve WORK ITEM 6: Voids (Non-Accessible) Leak Test WORK ITEM 7: Voids (Non-Accessible) Preserve Internal Surfaces WORK ITEM 8: Propulsion Shaft Seal (Mechanical and Inflatable) Assemblies, Overhaul WORK ITEM 9: Propulsion Shaft Bearings (External), Check Clearances WORK ITEM 10: Controllable Pitch Propeller (CPP) Oil Distribution (OD) Box, Inspect and Service WORK ITEM 11: Controllable Pitch Propeller Hub Assembly, Renew WORK ITEM 12: Fathometer Transducer, Renew WORK ITEM 13: Doppler Speed Log Transducer (s), Renew WORK ITEM 14: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 15: Sea Strainers - Duplex (All Sizes), Overhaul WORK ITEM 16: Sea Strainers - Simplex (All Sizes), Clean and Inspect WORK ITEM 17: Rudder Stock Bearings, Check Clearances WORK ITEM 18: Accessible Void(s), Preserve "100%" WORK ITEM 19: U/W Body, Preserve "100%" WORK ITEM 20: Hull Plating Freeboard, Preserve "100%" WORK ITEM 21: Cathodic Protection/Zinc Anodes, Renew WORK ITEM 22: Drydocking WORK ITEM 23: Temporary Services, Provide WORK ITEM 24: #1 MDE Lube Oil Piping Alignment WORK ITEM 25: Ventilation Ducting Insulation, Renew WORK ITEM 26: Dry Stores Tank Top, Repair WORK ITEM 27: Freeboard Knife Edge and Deck Ultrasonic Testing WORK ITEM 28: Hanger Superstructure Plating, Renew WORK ITEM 29: Perform Ultrasonic Thickness Measurements - Steel Plating (100 shots) WORK ITEM 30: Propulsion Shaft Coating, Inspect and Test WORK ITEM 31: Tanks (Ballast), Preservation, 100% WORK ITEM 32: Fin Stabilizers (Bearings, Packings, Stock/Blade), Repair or Renew WORK ITEM 33: Air Conditioning Chilled Water Pumps, Upgrade (AC&I) WORK ITEM 34: Hull and Structural Plating - ¼" to ¾" Steel Plate, Renew WORK ITEM 35: Watertight Doors, Scuttles, and Hatches (Below 01 Level), Renew WORK ITEM 36: Watertight Doors, Scuttles, and Hatches (01 Level and Above), Renew WORK ITEM 37: Tanks (Potable Water), Preserve 100% D-00B: GFP Report OPTIONAL WORK ITEMS: WORK ITEM 38: Controllable Pitch Propeller Hubs, Remove, Inspect and Reinstall O-00A: Composite Labor Rate O-00Z: Laydays 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 FIFTY-SIX (56) calendar days with a start date of 22 May 2013 and end date of 17 July 2013. (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 Tara Holloway at tara.m.holloway@uscg.mil or e-mail Mable Lee at Mable.L.Lee@uscg.mil, same fax number, no later than December 31, 2012 at 10:00AM, Eastern Standard 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: (a) HuBZone Small Business Concern; (b) Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); (c) Veteran Owned Small Business Concern (VOSBC); (d) Small Business Concern; (e) Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. 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. c. 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. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement of Proposal Submission: Statement on how your company will do the work and that 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 as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. 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; 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 appropriate 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/CGCTHETISDDRepairsFY13/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02950203-W 20121219/121217234243-f33318dab839d4c293122aec113ebf07 (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.