Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
MODIFICATION

20 -- USCGC MUSTANG DRYDOCK - Amendment 1

Notice Date
3/6/2018
 
Notice Type
Modification/Amendment
 
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
70Z080-18-SS-P4594400
 
Point of Contact
Mia L. Speller, Phone: 7576284522, Denise Sturdifen, Phone: 757-441-7036
 
E-Mail Address
mia.l.speller@uscg.mil, denise.a.sturdifen@uscg.mil
(mia.l.speller@uscg.mil, denise.a.sturdifen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
A00001 03/06/2018 Amendment A00001. See separate attachment. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS FOR USCGC MUSTANG (WPB-1310) Island Class Cutter This is a 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, and Norfolk, VA to identify sources capable of providing the following: Drydock Repairs: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to USCGC MUSTANG (WPB-1310), homeport is Seward, AK. All work to be performed at a Contractor's drydock facility. This availability is subject to change at the discretion of the Government. Anticipated Period of Performance: The period of performance is anticipated to be for ONE HUNDRED THIRTY-SIX (136) calendar days with a start date of 03 July 2018 through 15 November 2018, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award. Geographical Restriction: USCGC MUSTANG's transit is restricted to the Strait of Juan de Fuca, Puget Sound, San Francisco Bay, CA and North. No Gulf of Alaska transits during winter months (November-March). NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. Scope of Work: The scope of the acquisition is for the drydock repairs for USCGC MUSTANG (WPB-1310). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Accessible Void(s), Preserve "100%" (CSMP 2017014) WORK ITEM 2: Aft Steering Compartment, Partially Preserve and Insulate 33% WORK ITEM 3: Forward Auxiliary Space, Preserve (CSMP 2017011) WORK ITEM 4: Grabrail, Renew (CSMP 2017003) WORK ITEM 5: Hull Plating, MDE Exhausts, Renew (CSMP 2017001) WORK ITEM 6: Hull, Structural Repairs, Forepeak Tank (CSMP 2017006) WORK ITEM 7: Hull, Structural Closure (Aft Steering Hatch), Renew WORK ITEM 8: Hull, Structural Repairs, Magazine Locker (CSMP 2017002) WORK ITEM 9: Insulation, HVAC Space, Renew (CSMP 2017007) WORK ITEM 10: Piping, Sewage, Renew (CSMP 2017005) WORK ITEM 11: Ready Use Lockers, Foundation Mounts, Renew (CSMP 2017004) WORK ITEM 12: Tank, Potable Water, Structural Repairs (CSMP 2017010) WORK ITEM 13: Structural Analysis, 3D Laser Scan, Perform WORK ITEM 14: Hull Plating (Side Scan), Ultrasonic Testing WORK ITEM 15: Hull Plating (U/W Body), Inspect WORK ITEM 16: Appendages (U/W), Leak Test WORK ITEM 17: Tanks (MP Fuel Service), Clean And Inspect WORK ITEM 18: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 19: Pilothouse Deck (Aluminum), Inspect WORK ITEM 20: Propulsion Shafting, Remove, Inspect, and Reinstall. WORK ITEM 21: Mechanical Shaft Seal Assemblies, Overhaul WORK ITEM 22: Propulsion Shaft Bearings (External), Renew WORK ITEM 23: Propulsion Shaft, Stern Tube Forward Bearing, Renew WORK ITEM 24: Stern Tube Bearing Housing, Perform Maintenance WORK ITEM 25: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 26: Propellers; Remove, Inspect, and Reinstall WORK ITEM 27: Exhaust Piping System, Inspect WORK ITEM 28: Sw Heat Exchangers; Clean, Inspect And Hydro WORK ITEM 29: Speed Doppler, Remove, Inspect, and Reinstall - Doppler Valve, Overhaul WORK ITEM 30: Sea Valves, Overhaul or Renew WORK ITEM 31: Sea Strainers (All Sizes), Renew WORK ITEM 32: Steering Gear (General), Overhaul WORK ITEM 33: Rudder Assembly, Remove, Inspect and Reinstall WORK TIEM 34: Fin Stabilizers (General), Overhaul WORK ITEM 35: Grey Water Holding Tank(s), Clean and Inspect WORK ITEM 36: Sewage Holding Tank(s), Clean and Inspect WORK ITEM 37: Grey Water Piping, Clean And Flush WORK ITEM 38: Sewage Piping, Clean And Flush WORK ITEM 39: Forward Peak Compartment, Preserve WORK ITEM 40: CPO Head, Preserve WORK ITEM 41: CPO Stateroom, Preserve WORK ITEM 42: Tanks (Grey Water Holding), Preserve "100%" WORK ITEM 43: Tanks (Potable Water), Preserve "100%" WORK ITEM 44: Tanks (Sewage Vacuum Collection), Preserve "100%" WORK ITEM 45: Aft Berthing Head, Preserve WORK ITEM 46: U/W Body, Preserve ("100%") Used with Side Scan) WORK ITEM 47: Cathodic Protection System (Bilge and Sea Chest), Renew WORK ITEM 48: Impressed Current Cathodic Protection System, Inspect and Maintain WORK ITEM 49: Floating Deck System, Aft Berthing, Renew WORK ITEM 50: Drydock WORK ITEM 51: Temporary Services, Provide - Cutter WORK ITEM 52: Sea Trial Performance, Support, Provide WORK ITEM 53: Strut Cofferdams, Port & Starboard, Preserve WORK ITEM 54: Hull Plating Freeboard, Preserve "100%" WORK ITEM 55: Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect WORK ITEM 56: Voids (Non-Accessible), Leak Test. WORK ITEM 57: Voids (Non-Accessible), Internal Surfaces, Preserve WORK ITEM 58: Tanks, Air Test WORK ITEM 59: Tanks (Dirty Oil), Preserve "100%". WORK ITEM 60: Tank (Oily Water), Preserve "100%" WORK ITEM 61: Main Mast, Preserve, 100% WORK ITEM 62: Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) WORK ITEM 63: Alignment Survey, Conduct 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: Mia.L.Speller@uscg.mil no later than March 16, 2018 at 11:00AM, Eastern Standard Time. 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. 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: 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 SDVOSBC 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 Small Business status, provide documentation to show the business is small under NAICS code 336611. 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: Need to be registered 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/USCGELC/70Z080-18-SS-P4594400/listing.html)
 
Place of Performance
Address: Contractor's Facility within geographical restriction listed below., Geographical Restriction: USCGC MUSTANG’s transit is restricted to the Strait of Juan de Fuca, Puget Sound, San Francisco Bay, CA and North. No Gulf of Alaska transits during winter months (November-March)., United States
 
Record
SN04844040-W 20180308/180306231025-646ffef3c72406e6292c68b3057b5f42 (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.