SOURCES SOUGHT
20 -- USCGC SPAR DD FY17
- Notice Date
- 7/20/2016
- 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
- HSCG8516CP45225
- Archive Date
- 8/18/2016
- Point of Contact
- Mrs. P. St.John, Phone: 5106375988
- E-Mail Address
-
pastaveia.st.john@uscg.mil
(pastaveia.st.john@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This is a sources sought notice only; this is not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purposes 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 company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be base on the results of 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 (SFLC), Oakland, CA - Ice Breaker Buoy and Construction Tender - Product Line (IBCT-PL) for the purpose of conducting a Market Survey for a potential award of a Contract for Drydock Repair Services for U.S. Coast Guard Cutter USCGC SPAR (WLB-225B). The applicable NAICS code is 336611 SHIP BUILDING AND REPAIRING with a Size Standard of 1,250 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. All Small Businesses may submit offers, which shall be considered by the United States Coast Guard. Drydock Repairs Specification: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel for drydock repairs to the USCGC SPAR (WLB-225B). All work shall be performed at contractor's shipyard. USCGC Spar is a 225' Buoy Tender home-ported in Kodiak, Alaska. GEOGRAPHICAL RESTRICTION MAY OR MAY NOT BE RESTRICTED. Scope of Work: The scope of the acquisition is for the Drydock Repairs to USCGC SPAR (WLB-225B). This work will include, but is not limited to the following work items: D-001 Hull Plating (U/W Body), Inspect D-002 Hull Plating (U/W Body), Ultrasonic Testing D-003 Hull and Structural Plating (General) - Degraded Weld (Steel), Repair D-004 Appendages (U/W), Leak Test D-005 Propulsion Shaft Fairwaters and Rope Guards, Inspect D-006 Appendages (U/W) - Internal, Preserve D-007 Tanks (MP Fuel Service), Clean and Inspect D-008 Tanks (Potable Water), Clean and Inspect D-009 Tanks (Ballast), Clean and Inspect D-010 Voids (Accessible), Clean and Inspect D-011 Propulsion Shafting; Remove, Inspect, and Reinstall D-012 Propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal D-013 Propeller Shaft Sleeve(s), Renew D-014 Propulsion Shafting, Optical Or Laser Alignment Check D-015 Propulsion Stern Tube Bearings, Check Clearances D-016 Propulsion Tail Shaft Sleeve, Skim Cut D-017 Propulsion Shaft Bearing, Stave Renewal D-018 Controllable Pitch Propeller, System Maintenance D-019 Controllable Pitch Propeller Hub, General Maintenance, Perform D-020 Controllable Pitch Propeller Hub, Remove and Reinstall D-021 Emergency Diesel Generator, Clean & Inspect D-022 Circuit Breakers (60 Hz), Inspect and Test D-023 Fathometer Transducer, General Maintenance D-024 Underwater (Speed) Log Transducer(s), Renew D-025 Fwd Scan Sonar Transducer, General Maintenance, Perform D-026 Vent Ducts (Engine And Motor Room All), Commercial Cleaning D-027 Vent Ducts (Galley and Pantry Room All), Commercial Cleaning D-028 Vent Ducts (Laundry Exhaust), Commercial Cleaning D-029 Sea Valves and Waster Pieces, Overhaul or Renew D-030 Sea Strainers - Duplex (All Sizes), Overhaul D-031 Sea Bay, Preserve 100% D-032 Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift O-033 Fixed CO2 FF Bottles, Inspect and Hydrostatic Test O-034 Rudder(s), Preserve ("100%") D-035 Rudder and Rudder Stock, Remove and Inspect D-036 Thruster Units (Bow And Stern), Overhaul D-037 Anchor Windlass, Inspect and Service D-038 Anchor Chain(s), Ground Tackle, Anchor, and Hawse Pipes, Inspect, Repair, and Preserve D-039 Towing Bitts, Chocks, and Fairleads, Inspect, Test, and Preserve D-040 Warping Capstan, Inspect and Service D-041 Hull Fittings (Mooring and Towing), Inspect and Test D-042 Commissary Hoist, Inspect and Service D-043 Grey Water Holding Tank(s), Clean and Inspect D-044 Sewage Holding Tank(s), Clean and Inspect D-045 Sewage Piping, Clean And Flush O-046 Accessible Void(s), Preserve "100%" O-047 Tanks (Ballast), Preserve "100%" O-048 Tanks (Ballast), Preserve "Partial" O-049 Chain Locker, Preserve 100% O-050 Tanks (Grey Water Holding), Preserve "Partial" O-051 Tanks (Sewage Holding), Preserve "100%" O-052 Tanks (Sewage Holding), Preserve "Partial" O-053 Accessible Void(s), Preserve "Partial" O-054 Tanks (Potable Water), Preserve "100%" O-055 Tanks (Potable Water), Preserve "Partial" D-056 Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) D-057 U/W Body, Preserve (100%) O-058 Stern Tube Interior Surfaces, Preserve 100% O-059 Hull Plating Freeboard (Buoy Port Areas), Preserve O-060 Hull Plating Freeboard, Preserve "100%" O-061 Superstructure, Preserve "100%" D-062 Cathodic Protection / Zinc Anodes, Renew D-063 Impressed Current Cathodic Protection System, Inspect and Maintain O-064 Impressed Current Cathodic Protection System Anodes, Renew O-065 Impressed Current Cathodic Protection System Reference Cells, Renew D-066 Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew D-067 Drydock D-068 Temporary Services, Provide - Cutter O-069 Temporary Messing, Provide O-070 Temporary Lodging, Provide D-071 Sea Trial Performance, Support, Provide O-072 Main Mast, Preserve, 100% D-073 Bilges, Preserve O-074 Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Renew O-075 Hull And Structural Plating (General) - 20.4-Pound Steel Plate, Renew O-076 Hull And Structural Plating (General) - Cracked Steel Welds, Repairs D-077 Propulsion Shaft Seals (Bulkhead), Overhaul D-078 Sea Strainers - Simplex (All Sizes), Clean and Inspect D-079 Potable Water Pneumatic Tank(s), Clean and Inspect O-080 Rudder, Inspect and Repair D-081 Grey Water Piping, Clean and Flush D-082 Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System) O-083 Impressed Current Cathodic Protection System Dielectric Shield, Repair D-084 Forecastle Bulwark Repair D-085 Sewage Piping, Renew D-086 Air Handler Unit, Repair D-087 Hull and Keel Repair O-088 Water Tight Hatches (Internal DC Deck and Below), Renew D-089 Stack Lighting, Install D-090 Deck equipment foundation welds, repair D-091 pad eye failure, repair D-092 No 2 fire pump, renew D-093 SORS HPU pump assembly, renew D-094 freezer and reefer evaps, renew O-00A Composite Labor Rate D-00B GFP Report 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 required performance period includes a start date on or about 10 JAN 2017 and end date on or about 20 MAR 2017. SUBMISSION OF INFORMATION Interested 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 Pastaveia.St.John@uscg.mil no later than 3:00 pm on 03 August 2016, Pacific Standard Time (PST) with the following information/documentation: • Name of Company • Address • Phone Number • Email Address • Point of Contact • DUNS Number Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSB); 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 Documentation Verifying Small Business Certification: 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 SDVOSB 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 VOSB 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. 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. 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. System for Award Management (SAM): 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; 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/VPLMLCP/HSCG8516CP45225/listing.html)
- Place of Performance
- Address: CONTRACTOR'S SHIPYARD., United States
- Record
- SN04188873-W 20160722/160720234226-5d7b6028890a4da251cbb00bed118742 (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 |