Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOURCES SOUGHT

20 -- USCGC SITKINAK FY19 DRYDOCK REPAIRS

Notice Date
8/8/2018
 
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
70Z080-19-SS-P4501500
 
Archive Date
9/6/2018
 
Point of Contact
Lana Denning, Phone: 7576284136, Tracey Strawbridge, Phone: 7576284644
 
E-Mail Address
Lana.E.Denning@uscg.mil, Tracey.Strawbridge@uscg.mil
(Lana.E.Denning@uscg.mil, Tracey.Strawbridge@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DRYDOCK REPAIRS FOR USCGC SITKINAK (WPB-1329) This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or Quotation. 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: DRY-DOCK REPAIRS: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to USCGC SITKINAK (WPB-1329). Homeport is Highlands, New Jersey. All work is to be performed at a Contractor's drydock facility. This availability is subject to change at the discretion of the Government. GEOGRAPHIC RESTRICTION: USCGC SITKINAK's transit is restricted to 450 Nautical Miles from Sandy Hook, New Jersey. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for one-hundred seven (107) calendar days with a start date of 16 January through 3 May 2019, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award. 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 drydock repairs for USCGC SITKINAK (WPB-1329). This work will include, but is not limited to the following WORK ITEMS (subject to change at the discretion of the Government): WORK ITEM 1: Structural Analysis, 3D Laser Scan, Perform (D) WORK ITEM 2: Hull Plating (U/W Body), Inspect (D) WORK ITEM 3: U/W Body, Preserve (100%) (D) WORK ITEM 4: Hull Plating Freeboard, Preserve "100%" (D) WORK ITEM 5: Aluminum Hull and Structural Repairs - 1/4" Plate (O) WORK ITEM 6: Aluminum Hull and Structural Repairs - 3/16" Plate (O) WORK ITEM 7: Aluminum Hull and Structural Repairs - 5/16" Plate (O) WORK ITEM 8: Hull and Structural Plating Repairs -Crack (Aluminum) (O) WORK ITEM 9: Hull and Structural Plating Repairs - Crack (Steel) (O) WORK ITEM 10: Hull and Structural Plating Repairs - Eroded Weld (Aluminum) (O) WORK ITEM 11: Steel Hull and Structural Plating Repairs (5-Pound) (O) WORK ITEM 12: Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound) (O) WORK ITEM 13: Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) (O) WORK ITEM 14: Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) (O) WORK ITEM 15: Hull and Structural Plating - 10.0-Pound Steel, Repair (O) WORK ITEM 16: Bilges (Machinery Space), Preserve (Partial) (D) WORK ITEM 17: Appendages (U/W), Leak Test (O) WORK ITEM 18: Appendages (U/W) - Internal, Preserve (D) WORK ITEM 19: Tanks (MP Fuel Stowage And Overflow), Clean and Inspect (D) WORK ITEM 20: Tanks, Air Test (O) WORK ITEM 21: Tanks (Potable Water), Clean and Inspect (D) WORK ITEM 22: Tanks (Dirty Oil and Waste), Clean and Inspect (D) WORK ITEM 23: Tanks (Dirty Oil), Preserve "100%" (O) WORK ITEM 24: Tank (Oily Water), Preserve "100%" (O) WORK ITEM 25: Main Mast, Preserve, Partial (D) WORK ITEM 26: Propulsion Shafting, Remove, Inspect, and Reinstall (D) WORK ITEM 27: Propulsion Shafting, Renew (O) WORK ITEM 28: Mechanical Shaft Seal Assemblies, Overhaul (D) WORK ITEM 29: Propulsion Shaft Bearings (External), Renew (O) WORK ITEM 30: Propulsion Shaft, Stern Tube Forward Bearing, Renew (O) WORK ITEM 31: Propulsion Shaft, Forward Bearing Housing, Renew (O) WORK ITEM 32: Stern Tube Interior Surfaces, Preserve 100% (D) WORK ITEM 33: Propellers; Remove, Inspect, and Reinstall (D) WORK ITEM 34: Exhaust Piping System, Inspect (D) WORK ITEM 35: SW Heat Exchangers; Clean, Inspect and Hydro (D) WORK ITEM 36: Fathometer Transducer, Renew (D) WORK ITEM 37: Speed Doppler, Remove, Inspect, and Reinstall - Doppler Valve, Overhaul (D) WORK ITEM 38: Sea Strainers (All Sizes), Renew (D) WORK ITEM 39: Rudder Assembly, Remove, Inspect and Reinstall (D) WORK ITEM 40: Fin Stabilizers (General), Overhaul (D) WORK ITEM 41: Aft Steering Compartment, Preserve and Insulate (D) WORK ITEM 42: Grey Water Holding Tank(s), Clean and Inspect (D) WORK ITEM 43: Sewage Holding Tank(s), Clean and Inspect (D) WORK ITEM 44: Grey Water Piping, Clean And Flush (D) WORK ITEM 45: Sewage Piping, Clean And Flush (D) WORK ITEM 46: Battery Space, Preserve and Insulate (D) WORK ITEM 47: Decks - Exterior, Preserve ("Mil-Spec/Flight Deck" System) (D) WORK ITEM 48: Impressed Current Catholic Protection System, Inspect and Maintain (D) WORK ITEM 40: Impressed Current Catholic Protection System Reference Cells, Renew (O) WORK ITEM 50: CAPAC Anode Assembly, Renew (O) WORK ITEM 51: CAPAC Anode Assembly, Renew (O) WORK ITEM 52: Insulation, Bulkhead/Overhead, Renew (D) WORK ITEM 53: Drydock (D) WORK ITEM 54: Temporary Services, Provide - Cutter (D) WORK ITEM 55: Data Service, Provide (D) WORK ITEM 56: Sea Trial Performance, Support, Provide (D) WORK ITEM 57: Deck Covering, Carpeting, Renew (D) WORK ITEM 58: Underwater (Speed) Log Transducer(s), Renew (D) WORK ITEM 59: Electro-Hydraulic Crane, Renew (D) WORK ITEM 60: Floating Deck System (Galley and Mess Deck), Renew (D) WORK ITEM 61: Return Fuel Oil Service Piping, Renew (CSMP 2018007) (D) WORK ITEM 62: Galley, Cabinet Draws, and Sink Faucet, Renew (CSMP 2018021, 022) (D) WORK ITEM 63: Hatch, Drain Line, Renew (CSMP 2018014) (D) WORK ITEM 64: Hull, Structural Repairs, QAWTD (CSMP 2018015) (D) WORK ITEM 65: Hull, Structural, Stern Deck Plating, Renew (CSMP 2018012) (D) WORK ITEM 66: Piping, MDE, Jacket Water, Renew WORK ITEM 67: HVAC Handler and Ventilation System, Commercial Cleaning (CSMP 2018018) (D) WORK ITEM 68: Small Boat Cradle Block Soft Caps, Renew (CSMP 2018024) (D) WORK ITEM 69: Stanchions, Renew (CSMP2018002) (D) WORK ITEM 70: Tank, Potable Water, Repair (CSMP 2018013) (D) WORK ITEM 71: Tow Reel Locking mechanism, Renew (CSMP 2018023) (D) WORK ITEM 72: Ventilation System, Renew (CSMP 2018005) (D) WORK ITEM 73: Tanks (MP Fuel Service), Clean and Inspect (D) WORK ITEM 74: Tanks (Potable Water), Preserve "100%" (O) WORK ITEM 75: Cable Transit and Raceway, Repair (CSMP 2018001) (D) WORK ITEM 76: Forward Auxiliary Space, Preserve (CSMP 2018019) (D) WORK ITEM 77: Forward Peak Compartment, Preserve (D) WORK ITEM 78: Deck Covering (Interior Wet/Dry), Renew (D) WORK ITEM 79: Fire Alarm, Electrical Junction Box, Renew (CSMP 2018028) (D) WORK ITEM 80: RHI Deck Crane, Electrical Motor Starter, Renew (CSMP 2018027) (D) WORK ITEM 81: Steering Gear (General), Overhaul (D) WORK ITEM 82: Superstructure, Preserve "100%" (D) WORK ITEM 83: Vents, Gooseneck/Box, Inspect (CSMP 2015008) (D) 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 email to: Lana.E.Denning@uscg.mil no later than August 22, 2018 at 3:00 PM EST. 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, Hub Zone 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 Hub Zone status, provide a copy of your Hub Zone 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 for Proposal Submission: 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. Brief statement on how your company will perform the work and confirmation 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. Team Arrangements: Should you wish to use any type of contractor teaming arrangement, specifically a partnership or joint venture, you must provide a signed copy of the teaming arrangement. 7. Past Performance Information: Evidence of successful performance in work similar in type and scope within the last two years; include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. For joint ventures, 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/COUSCGMLCA/70Z080-19-SS-P4501500/listing.html)
 
Place of Performance
Address: Contractor's Facility within the Geographical Restriction - 450 Nautical Miles from Sandy Hook, New Jersey., United States
 
Record
SN05027118-W 20180810/180808231332-7b8c44bb059189704474bdf245ee42bc (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.