SOURCES SOUGHT
J -- DRYDOCK REPAIRS FOR THE CGC SMILAX
- Notice Date
- 10/18/2016
- 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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- DRYDOCK-SMILAX
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC SMILAX. 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. 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. (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: Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the USCGC SIMLAX. The USCGC SMILAX'S is home ported in ATLANTIC BEACH, NC. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repairs of the USCGC SMILAX. This work will include, but is not limited to the following work items: Hull Plating (U/W Body), Inspect - Tender, Hull Plating (U/W Body), Ultrasonic Testing; Hull Plating (Freeboard), Ultrasonic Testing; Appendages (U/W), Leak Test;Propulsion Shaft Rope Guards, Inspect and Repair Appendages (U/W) - Internal, Preserve;Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect; Propulsion Shafting; Remove, Inspect, and Reinstall; Propulsion Shafting, Straighten; Propeller, Remove, Inspect, and Reinstall;Propeller, Minor Repairs and Reconditioning;Fathometer Transducer, Renew - Tender Rudder Stock Bearings Clearances, Check Spud Wells Preserve Tender; Cathodic Protection / Zinc Anodes, Renew - Tender; DryDock; Temporary Services, Provide Tender; Lead-Based Paint and Asbestos, 100% Abatement, Perform;Deck Covering (Interior Wet/Dry), Renew; Sea Trial Performance, Support, Provide; Rudder Assembly Remove, Inspect And Reinstall; Sewage Piping, Clean and Flush; Buoy and Cargo Crane, Inspect and Service; Airports, Overhaul; Wardroom AC Cofferdam Plating, Renew; Wardroom Aft Bulkhead Plating, Renew Closed Chock Repair; Hull Plating, (Tender), Renew Tender Rub Rail, Inspect, Test and Repair Port and Starboard Dry Stores-Degraded Weld and frame repair Spud Winch Cable Deck Attachment, Reconfigure U/W Body, Preserve (100%)- Tender; Hull Plating Freeboard, Preserve (100%)- Tender; Buoy and Cargo Handling Crane, Shrink Wrap.; Tanks, (Potable Water) Preserve (100%);Propulsion Shaft Seals, Mechanical & Inflatable, Overhaul;Propulsion Shaft Bulkhead Seals, Renew; Potable Water Tank Manhole Covers; Stern Tubes and Strut Barrels, Renew; Appleton Crane Hydraulic Power Unit Oil Tank Cover, Repair; Weather tight Door & Framing Renewal - External; Appleton Crane Fuel Valve, Install; Composite Labor Rate; GFP Report and Laydays NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees Anticipated Period of Performance: The period of performance is anticipated to be for TWO HUNDRED AND SEVENTY (270) calendar days with a start date of 14 March 2017 September (Subject to change) Geographical Restriction: Restricted to an area no greater than 400 nautical miles (nm) from the cutters home port and open water transits should be avoided. 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: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 27 October 2016 at 11:00AM, Eastern Time. **Please provide 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: 8(a) Small Business Concern, HubZone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 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. Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov. Failure to submit sufficient detailed information 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 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. After a review of the responses received from this notice, 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/DRYDOCK-SMILAX/listing.html)
- Record
- SN04306937-W 20161020/161018234253-70b07eacecc95173583101e8c3b84e10 (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 |