SOURCES SOUGHT
20 -- DRY DOCK SERVICES FOR CGC ACTIVE - RESPONSE FORM
- Notice Date
- 6/3/2015
- 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
- ACTIVE_DRY_DOCK_SS
- Archive Date
- 7/2/2015
- Point of Contact
- Sarah Chambers, Phone: 7576284645, Mable Lee, Phone: 757-628-4820
- E-Mail Address
-
sarah.b.chambers@uscg.mil, Mable.L.Lee@uscg.mil
(sarah.b.chambers@uscg.mil, Mable.L.Lee@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- RESPONSE FORM. USE NOT MANDATORY. 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 Force 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) ACTIVE (WMEC-618), a 210 Foot "A Class" Medium Endurance Cutter. The vessel is home ported at Port Angeles, Washington. All work will be performed at the contractor's facility. This vessel is geographically restricted to a facility located within 200 road miles of cutter's permanent berth. Scope of Work (Subject to change at the discretion of the Government): The scope of the acquisition is for the overhauling, cleaning, inspecting, testing, and repairing of various items aboard the USCGC ACTIVE (WMEC-618). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Appendages (U/W), Leak Test WORK ITEM 2: Propulsion Shaft Fairwaters and Rope Guards, Inspect WORK ITEM 3: Appendages (U/W) - Internal, Preserve WORK ITEM 4: Voids (Non-Accessible), Leak Test WORK ITEM 5: Voids (Non-Accessible), Internal Surfaces, Preserve WORK ITEM 6: Propulsion Shafting, Strain Gage Alignment, Inspect WORK ITEM 7: Propulsion Shaft Seal (Mechanical and Inflatable) Assemblies, Overhaul or Renew WORK ITEM 8: Propulsion Shaft Bearings (External), Check Clearances WORK ITEM 9: Controllable Pitch Propeller (CPP) System, Service WORK ITEM 10: Fathometer Transducer, Renew WORK ITEM 11: Underwater (Speed) Log Transducer(s), Renew WORK ITEM 12: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 13: Sea Strainers - Simplex (All Sizes), Renew WORK ITEM 14: Sea Strainers - Duplex (All Sizes), Overhaul WORK ITEM 15: Rudder Assembly; Remove, Inspect and Reinstall WORK ITEM 16: U/W Body, Preserve (100%) WORK ITEM 17: Hull Plating Freeboard, Preserve "100%" WORK ITEM 18: Main Mast, Preserve, 100% WORK ITEM 19: Superstructure, Preserve "100%" WORK ITEM 20: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 21: Drydock WORK ITEM 22: Temporary Services, Provide - Cutter WORK ITEM 23: Stern Tube Raw Water Piping, Renew (CSMP 2010006) WORK ITEM 24: Stern Tubes, Inspect and Repair (CSMP 2012001) WORK ITEM 25: Port Inner Controllable Pitch Propeller Oil Tube, Shorten (CSMP 2012006) WORK ITEM 26: Rudder Post and Housing, Repair (CSMP 2012007, 2015016) WORK ITEM 27: Aux Machinery Room Stiffener, Renew (CSMP 2015006) WORK ITEM 28: Engine Room Stiffeners, Renew (CSMP 2015007, 011) WORK ITEM 29: Sewage Disposal Room Stiffener, Renew (CSMP 2015008) WORK ITEM 30: Ammo Handling Room Stiffener, Renew (CSMP 2015009) WORK ITEM 31: Engineer Storeroom Bulkhead, Repair (CSMP 2015010) WORK ITEM 32: Aft Steering Stiffener, Renew (CSMP 2015012) WORK ITEM 33: Paint Locker Stiffener, Renew (CSMP 2015013) WORK ITEM 34: Engine Room Lube Oil Piping, Renew (CSMP 2015014) WORK ITEM 35: Sewage Vacuum Piping, Renew (CSMP 2015019) WORK ITEM 36: Bilge Keel, Repair (CSMP 2015020) WORK ITEM 37: Welin Lambie Model TW.PIV 5.0B Dual Point Davit, Renew (TCTO) WORK ITEM 38: Propulsion Shaft Coating, Inspect and Test WORK ITEM 39: Compartment(s) Interior, Lead Dust, Clean WORK ITEM 40: Hull Plating (U/W Body), Ultrasonic Testing 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 fifty-six (56) calendar days with a start date of 14 October 2015 and end date of 09 December 2015. 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 sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Sarah Chambers at sarah.b.chambers@uscg.mil and Mable Lee mable.lee@uscg.mil no later than 17 June 2015 at 2:00 p.m. 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: Please check 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) Economically Disadvantaged 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 quote 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. SAM (CCR): Interested parties should register in the System for Award Management(SAM) formerly known as Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. 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 the 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/ACTIVE_DRY_DOCK_SS/listing.html)
- Place of Performance
- Address: 200 miles of, Port Angeles, Washington, United States
- Record
- SN03751802-W 20150605/150603235117-b09ddc150d0a0a75bb980ecffc5f8fa5 (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 |