SOURCES SOUGHT
20 -- CGC WILLIAM TRUMP DRYDOCK/DOCKSIDE
- Notice Date
- 9/28/2018
- 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
- 70Z08019QP4501400
- Archive Date
- 10/20/2018
- Point of Contact
- Jaime R. Warren, Phone: 7576284646, Tracey Strawbridge, Phone: 7576284644
- E-Mail Address
-
Jaime.R.Warren@uscg.mil, tracey.strawbridge@uscg.mil
(Jaime.R.Warren@uscg.mil, tracey.strawbridge@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE: DRYDOCK/ DOCKSIDE REPAIRS TO THE CGC WILLIAM TRUMP 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: DOCKSIDE Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK/DOCKSIDE repairs to the USCGC WILLIAM TRUMP an 154-Foot Fast Response Cutter. The vessel is home ported in Key West, FL. However, all work will be performed at the following location: Tampa Ship LLC located at 1130 McCloskey Blvd, Tampa, FL 33605, where the vessel will be in drydock. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK/DOCKSIDE repairs of the USCGC WILLIAM TRUMP. This work will include, but is not limited to the following work items: D-001 6000 HR MDE Maintenance, Perform All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Anticipated Period of Performance: The period of performance is anticipated to be for one hundred and eleven (111) calendar days with a start date 10 January 2019 through 30 April 2019 (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 1,250 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: Jaime.R.Warren@uscg.mil or via fax to (757) 628-4628 (Attn: Jaime Warren/C&P1-PBPL) no later than 5 October 2018 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 : 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. 7. Technical Evaluation Factors General Technical Approach Submit a brief overview planning document using any means (computer generated, hand written, etc.) that outlines the strategy for ensuring that this requirement is completed on or before the contract completion date. The planning document shall include at least: 1) Proposed schedule, resources, completion-dates, float, and major millstones for the various tasks required to complete this contract and 2) Identify a list of items that may pose the most contract schedule risk and approach to mitigate or eliminate each risk. Alignment work shall have their experience with engine and reduction gear system documented on their resume. Submit the name and resume of the certified Vulkan Cooperation technical representative performing maintenance. The technical representative shall have experience with the Vulkan coupling documented on their resume. Submit a list of proposed/potential source of supply for the contractor-furnished material associated with the " New Capstan Control Pendants, Install " work item (e.g. control pendant, electrical box, etc.). WPC-154 MDE MTU Engine Maintenance Qualification Requirements Submit the name and resume of at least one on-site employee or subcontractor serving at the technical representative. The technical representative shall have QL3 training certification and experience with MTU marine engine documented on their resume. In addition, submit documentation that one MTU 1B dongle for the MTU 20V4000 engines is in your legal possession. MTU 20V4000 Maintenance Experience Submit documentation of prior experience performing major MTU 20V4000 maintenance such as successfully completing one, or more, similar contracts/projects. Plan for Addressing High Risk Activities/Tasks Specifically address the following in your Planning Documents as part of your identification of risks and mitigating strategy: •1) Successful completion of this contract will require significant coordination with TAMPA SHIP, LLC because TAMPA SHIP will be contemporaneously executing a separate dockside/drydock contract at their facility. This contract is in the critical path of the TAMPA SHIP contract, there is no room for schedule extension, and every precaution must be taken to ensure that any claims of delay or disruption by the other contractor are avoided. Complex/High Risk Services Structural and Electrical/Electronics Experience Submit corporate experience and/or credentials in conducting major structural and electrical/electronics repairs/installs on DOD and USCG surface vessels over the past three years. This contract requires extensive knowledge and experience with electrical/ electronics systems as well as complex structural repairs. It is imperative that the contractor provide details about experience of key personnel within their workforce who may be performing these complex repairs. Structural Experience Submit corporate experience and/or credentials in conducting major structural repairs repairs/installs on DOD and USCG surface vessels over the past three years. This contract requires extensive knowledge and experience with complex structural repairs. It is imperative that the contractor provide details about experience of key personnel within their workforce who may be performing these complex repairs. Electrical/Electronics Experience Submit corporate experience and/or credentials in conducting major electrical/electronics repairs/installs on DOD and USCG surface vessels over the past three years. This contract requires extensive knowledge and experience with electrical/ electronics systems. It is imperative that the contractor provide details about experience of key personnel within their workforce who may be performing these complex repairs. Subpart F) certification. ~~~~~~~~~~~~~~~~~~~~ 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. 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/70Z08019QP4501400/listing.html)
- Place of Performance
- Address: 1130 McCloskey Blvd, Tampa, FL 33605, where the vessel will be in drydock, Tampa, Florida, 33605, United States
- Zip Code: 33605
- Zip Code: 33605
- Record
- SN05109850-W 20180930/180928230657-a1d241920f9810a434111bd80739a505 (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 |