SOURCES SOUGHT
20 -- USCGC MORRO BAY Dry Dock - Souces Sought Notice Specification
- Notice Date
- 10/25/2017
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- 70Z08518I40011B00
- Archive Date
- 12/14/2017
- Point of Contact
- Travis A. Spires, Phone: 4107626058
- E-Mail Address
-
travis.a.spires@uscg.mil
(travis.a.spires@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- USCGC MORRO BAY (WTGB 106) SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC MORRO BAY. 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 MORRO BAY (WTGB 106). The USCGC MORRO BAY is home ported in 1055 E 9TH ST, CLEVELAND, OH 44114-1092. Geographical restriction: GREAT LAKES AREA. 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 MORRO BAY (WTGB 106) This work will include, but is not limited to the following work items: Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Propulsion Shaft Rope Guards, Inspect and Repair Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Tanks (Potable Water), Clean and Inspect Propulsion Shaft Seal, Mechanical, Clean and Inspect Propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renew Propulsion Shafting; Remove, Inspect, and Reinstall Propulsion Shaft Bearings (External), Check Clearances Propeller, Clean And Inspect Propeller, Remove, Inspect, and Reinstall Fathometer Transducer, Renew Sea Strainers - Simplex (All Sizes), Clean and Inspect Rudder Assembly, Remove, Inspect And Reinstall Rudder(s), Preserve ("100%") Rudder Stock Bearings Clearances, Check Grey Water Holding Tank(s), Clean and Inspect Sewage Holding Tank(s), Clean and Inspect Tanks (Grey Water Holding), Preserve "Partial" Tanks (Sewage Holding), Preserve "100%" Tanks (Sewage Holding), Preserve "Partial" Tanks (Sewage Vacuum Collection), Preserve "Partial" Tanks (Potable Water), Preserve "100%" Tanks (Potable Water), Preserve "Partial" Stern Tube Interior Surfaces, Preserve 100% Cathodic Protection / Zinc Anodes, Renew Drydock Temporary Services, Provide - Tender Temporary Messing and Berthing, Provide Sea Trial Performance, Support, Provide Watertight Hatches (External DC Deck and Below), Renew Watertight Doors and Scuttles (Internal, DC Deck and Below), Renew Tank (Water Mist), Clean and Inspect Tank (Water Mist), Preserve (100%) Tank (Water Mist), Preserve (Partial) U/W Body, Preserve (Partial - Condition A) U/W Body, Preserve (Partial - Condition B) Auxiliary Machinery Room #2 (3-19-0-E) Bilge, 100% Preserve and Miscellaneous Repairs Bosn's Storeroom (2-15-2-A) Bulkhead Insulation and Coaming, Renew Engine Room (3-32-0-E) Bulkhead Insulation and Coaming, Renew 1st Platform Deck, Repair E/R Bilge Suction Piping, Renew Handrail, Renew Washroom (01-42-2-L) Joiner Door and Frame, Renew Deck Drain Piping, Renew U/W Body, Preserve (100%) Hull Plating (U/W Body), Inspect Tanks (Sewage Vacuum Collection), Preserve "100%" 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: travis.a.spires@uscg.mil no later than 29 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/USCGELC/70Z08518I40011B00/listing.html)
- Place of Performance
- Address: USCGC MORRO BAY (WTGB 106), 1055 E 9TH ST, Cleveland, Ohio, 44114-1092, United States
- Zip Code: 44114-1092
- Zip Code: 44114-1092
- Record
- SN04723022-W 20171027/171025231408-74abf03643bf1db73d50e26191a8429c (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 |