SOURCES SOUGHT
J -- USCGC MOBILE BAY DOCKSIDE REPAIRS
- Notice Date
- 1/3/2020 5:10:34 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- CGC-MOBILE-BAY-DOCKSIDE
- Response Due
- 1/17/2020 1:00:00 PM
- Archive Date
- 02/01/2020
- Point of Contact
- Iran.N.Walker, Phone: 7576284563, Patrick Brown, Phone: 7576284588
- E-Mail Address
-
Iran.N.Walker@uscg.mil, Patrick.D.Brown@uscg.mil
(Iran.N.Walker@uscg.mil, Patrick.D.Brown@uscg.mil)
- Description
- SOURCES SOUGHT NOTICE DOCKSIDE REPAIRS USCGC MOBILE BAY (WTGB - 103) SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC MOBILE BAY (WTGB 103). �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 are capable of satisfying the agency�s requirements exist. (2) Determine if commercial items are 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: Voids (Accessible, Weather Deck Exposed), Inspect- Tender Tanks (Potable Water), Clean and Inspect Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean Boiler Exhaust Stack Uptakes, Commercial Clean Bubbler Diesel Engine Exhaust Piping, Commercial Clean Vent Ducts (Engine and Motor Room All), Commercial Cleaning Vent Ducts (Galley and Pantry Room All), Commercial Cleaning Vent Ducts (Laundry Exhaust), Commercial Cleaning Vent Ducts (All Other), Commercial Cleaning Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift Grey Water Holding Tank(s), Clean and Inspect Sewage Holding Tank(s), Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush Mechanical Chain Stoppers, Inspect and Service Buoy and Cargo Handling Crane, Inspect and Service - Barge Grey Water Holding Tank(s), Clean and Inspect - Barge Sewage Holding Tank(s), Clean and Inspect - Barge Piping, Renew Watertight Hatches, (External DC Deck and Below), Renew All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. The period of performance for the CGC MOBILE BAY Dockside repairs is anticipated to be THIRTY � SIX (36) calendar days with a start date on or about August 4, 2020 through September 8, 2020. USCGC MOBILE BAY (WTGB � 103) Homeport:� 36 S Neenah Avenue, Sturgeon Bay, WI. 54235-0287 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: Iran.N.Walker@uscg.mil or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than January 17, 2020 at 4:00 PM, 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, Hub Zone 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 appropriate for this requirement.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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 my 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6d338cc4cbea4094876b3a1c85814c6e/view)
- Place of Performance
- Address: Sturgeon Bay, WI 54235, USA
- Zip Code: 54235
- Country: USA
- Zip Code: 54235
- Record
- SN05526803-F 20200105/200103230133 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |