Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2017 FBO #5815
SOURCES SOUGHT

J -- DRYDOCK REPAIRS

Notice Date
10/23/2017
 
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
DDHUDSONFY18
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591, Timothy Shuhart, Phone: 757-628-4602
 
E-Mail Address
Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil
(Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC HUDSON. 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 materials, equipment, and personnel to DRYDOCK REPAIRS to the USCGC HUDSON (WLIC 160A). The USCGC HUDSON is home ported in Miami Beach, FL. Geographical restriction: Restricted to an area no greater than 400 nautical miles (nm) from the cutter's homeport and no open water transits. All work shall be performed at the contractor's facility. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repairs of the USCGC HUDSON. This work will include, but is not limited to the following work items: Hull Plating (U/W Body), Inspect Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Propulsion Shaft Fairwaters and Rope Guards, Inspect Appendages (U/W) - Internal, Preserve Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Tanks (Potable Water), Clean and Inspect Tanks (Ballast), Clean and Inspect Voids (Accessible), Clean and Inspect Propulsion Shaft Seals (Inflatable), Overhaul and Inflatable Renewal Propulsion Shafting; Remove, Inspect, and Reinstall Propulsion Shafting, Straighten Propulsion Shaft Bearings (External), Check Clearances Propellers, Remove, Inspect, and Reinstall Keel Coolers, Clean, Inspect and Hydro Fathometer Transducer, General Maintenance Sea Valves and Waster Pieces, Overhaul or Renew Sea Strainers - Duplex (All Sizes), Overhaul Rudder Assembly; Remove, Inspect and Reinstall Rudder(s), Preserve ("100%") Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test Towing Bitts, Chocks, and Fairleads, Inspect and Test Hull Fittings (Mooring and Towing), Inspect and Test Spuds, Overhaul Spud Wells, Preserve Spud Wells, Inspect Boat Winches, Inspect and Test Crane Wire Rope, Renew Accessible Void(s), Preserve "100%" Tanks (Ballast), Preserve "100%" Tanks (Ballast), Preserve "Partial" Tanks (Potable Water), Preserve "100%" Tanks (MP Fuel Service), Preserve "Partial" Tanks (MP Fuel Storage and Overflow), Preserve "Partial" Tanks (MP Fuel Storage and Overflow), Preserve "100%" Tanks (Potable Water), Preserve "100%" Tanks (Potable Water), Preserve "Partial" Decks - Exterior (Buoy or Construction Deck), Preserve 100% U/W Body, Preserve (100%) U/W Body, Preserve (Partial - Condition A) U/W Body, Preserve (Partial - Condition B) U/W Body, Preserve (Partial - Condition C) Stern Tube Interior Surfaces, Preserve 100% Hull Plating Freeboard, Preserve - Partial Hull Plating Freeboard, Preserve "100%" Superstructure, Preserve "100%" Superstructure, Preserve "Partial" Cathodic Protection / Zinc Anodes, Renew Drydock Temporary Services, Provide - Tender Temporary Messing, Provide Temporary Messing and Berthing, Provide Sea Trial Performance, Support, Provide Lead Dust, Clean Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement Bilges, Preserve Lead-Based Paint, Perform Spot Abatement Deck Covering, Wet/ Dry, Seal Deck Covering (Interior Wet/Dry), Renew Tanks (MP Fuel Service), Clean and Inspect Compartment Insulation (General), Renew MDE, SSDG, and Boiler Exhaust Piping Insulation, Renew Piping Insulation (Chilled Water), Renew Forward PW Tank Repair Raw Water Discharge Piping, Renew Bilge Valves, Renew Anticipated Period of Performance: The period of performance is anticipated to be for Forty nine (49) calendar days with a start date of 08 May 2018 to 26 June 2018 (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1250 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: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 7 November 2017 at 10:00AM, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DDHUDSONFY18/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN04720312-W 20171025/171023230909-cbdb5363702d37326d4d5af7dadb1e99 (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.