Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2017 FBO #5852
SOURCES SOUGHT

J -- JAMES (WMSL 754) Dockside FY18 Qtr2

Notice Date
11/29/2017
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-18-S-P45JAMDS
 
Point of Contact
Micha Wisniewski, Phone: 410-762-6651, Sarah E. Thompson, Phone: 4107626171
 
E-Mail Address
Micha.A.Wisniewski@uscg.mil, sarah.e.thompson2@uscg.mil
(Micha.A.Wisniewski@uscg.mil, sarah.e.thompson2@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is seeking qualified sources to perform dockside repairs of CGC JAMES (WMSL 754) a 418' Maritime Cutter home port in North Charleston, SC. A firm-fixed price contract is anticipated for award. This information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs, The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,000 employees. To increase market competition, the CGC JAMES dockside repairs is being opened up to the US West Coast, Alaska, and Hawaii. The U.S. Coast Guard will host the dockside at the vessels home berth in North Charleston, SC. TENTATIVE PERIOD OF PERFORMANCE: 06 JUN 18- 28 AUG 18. (83 Days) Perspective offerors must have the capabilities in performing and accomplishing the dockside repairs for the cutter. Sampling of work to be performed: WORK ITEM 1: Tanks(Oily Water Tank), Clean and Inspect WORK ITEM 2: Tanks(Oily Water Tank) Preserve "Partial" WORK ITEM 3: Tanks (Ballast), Clean and Inspect WORK ITEM 4: Sounding Tube (Ballast and Oily Water Collecting Tanks), Replace WORK ITEM 5: Cargo Handling Elevator, Annual Inspection and Test, Perform WORK ITEM 6: Transom Door, Inspect and Test WORK ITEM 7: Tanks (Grey Water and Lift Stations), Clean and Inspect WORK ITEM 8: Tanks (Grey Water and Lift Stations), Preserve "Partial"-Optional WORK ITEM 9: Temporary Services, Dockside, Home Pier WORK ITEM 10: Deck Covering (Slip-Resistant), Renew WORK ITEM 11: Surface Preservation, Various Locations WORK ITEM 12: Superstructure BHD 44, Preserve WORK ITEM 13: Flex Hose Assemblies, Renew WORK ITEM 14: Deck Covering (Polymeric), Seal WORK ITEM 15: Tank Level Indicators (Grey Water Tanks) and sounding Tube, Remove WORK ITEM 16: Tank Level Indicator (Grey Water Tanks), Install WORK ITEM 17: QAATDR/QAWTDR, Replace (NSC3&F)-2nd Priority Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Information must be submitted on or before December 15th, 2017 at 10:00 A.M. Eastern Standard Time. Information will be submitted via email to Micha Wisniewski at Micha.a.wisniewski@uscg.mil or Sarah Thompson at Sarah.e.thompson2@uscg.mil This notice is for market research purposes only and does not constitute a Request For Quote or Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-18-S-P45JAMDS/listing.html)
 
Place of Performance
Address: Cutter's homeport, Charleston, South Carolina, United States
 
Record
SN04751544-W 20171201/171129231127-90d0f8359c1ed9d184ef394d466e4b05 (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.