Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOURCES SOUGHT

J -- USCGC Buckthorn ( WLI-642 ) DS Repairs FY22

Notice Date
2/3/2022 10:32:43 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
IBCT428C
 
Response Due
2/22/2022 9:00:00 AM
 
Archive Date
02/22/2023
 
Point of Contact
Mable Lee, Phone: 7572667123, Torben O. Ohlsson, Phone: 510-437-5413
 
E-Mail Address
Mable.L.Lee@uscg.mil, Torben.O.Ohlsson@uscg.mil
(Mable.L.Lee@uscg.mil, Torben.O.Ohlsson@uscg.mil)
 
Description
SOURCES SOUGHT NOTICE DOCKSIDE REPAIRS TO USCGC BUCKTHORN (WLI-642) 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: Determine if sources capable of satisfying the agency's requirements exists. Determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements. Determine the commercial practices of companies 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; Alameda, CA to identify sources capable of providing all necessary materials, equipment, and personnel to perform dockside repairs onboard USCGC BUCKTHORN (WLI -642) homeported at 259 High Street, Sault Sainte Marie, MI 49783.� This availability is subject to change at the discretion of the Government. Anticipated Period of Performance:� The anticipated period of performance is forty-two (42) calendar days beginning 11 Jul 2022 through 22 Aug 2022 (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. Scope of Work: The scope of the acquisition is for dockside repairs to USCGC BUCKTHORN (WLI-642).� �This work will include, but is not limited to the following work items, also subject to change at the discretion of the Government: WORK ITEM 1: Tanks, Potable Water, Clean and Inspect WORK ITEM 2: Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning WORK ITEM 3: Vent Ducts, Laundry Exhaust, Commercial Cleaning WORK ITEM 4: Vent Fans and Motors, Non-Machinery Spaces, Overhaul WORK ITEM 5: Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift - Tender WORK ITEM 6: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test WORK ITEM 7: Mechanical Chain Stoppers, Inspect and Service WORK ITEM 8: Towing Bitts, Chocks, and Fairleads, Inspect and Test WORK ITEM 9: Boat Boom, Inspect & Service WORK ITEM 10: Sewage Holding Tanks, Clean and Inspect - Barge WORK ITEM 11: Tanks (Sewage Holding), Preserve, 100 percent � WORK ITEM 12: Tanks (Sewage Holding), Preserve, Partial WORK ITEM 13: Tanks, Potable Water Preserve, 100 Percent WORK ITEM 14: Tanks, Potable Water, Preserve, Partial WORK ITEM 15: Grey Water Piping, Clean and Flush WORK ITEM 16: Watertight Hatches Soft Patches, Repair WORK ITEM 17: Temporary Services, Provide - Tender WORK ITEM 18: Chiller, Renew WORK ITEM 19: Deck Covering (Carpeting), Renew WORK ITEM 20: Spud, Overhaul WORK ITEM 21: Tanks, Ballast, Clean and Inspect WORK ITEM 22: Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean WORK ITEM 23: Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean WORK ITEM 24: Boiler Exhaust Stack Uptakes, Commercial Clean WORK ITEM 25: Tanks, Ballast, Preserve, 100 Percent WORK ITEM 26: Tanks, Ballast, Preserve, Partial WORK ITEM 27: Hydraulic Crossdeck Winches, Inspect and Service WORK ITEM 28: Hydraulic Spud Winch, Inspect and Service WORK ITEM 29: Buoy Crane, Inspect and Service Interested Companies may respond to this Sources Sought Notice via e-mail to: Mable Lee at Mable.L.Lee@uscg.mil AND Torben Ohlsson at Torben.O.Ohlsson@uscg.mil no later than 12:00 p.m. EST on 22 Feb 2022. 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. Provide the following information/documentation: Company Name, Address and DUNS Number Point of Contact and Phone Number 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 Provide Documentation Verifying Small Business Certification: If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. If claiming SDVOSB status, provide documentation that shows the Service Disabled 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 VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, makes long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS Code 336611. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 336611. Provide Statement for 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. Provide Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, 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 register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33.� SAM can be obtained by accessing the internet at https://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 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/solicitation or combined synopsis solicitation may be published at https://Beta.Sam.Gov; formerly Federal Business Opportunities (FBO.gov) website. It is the potential offeror's responsibility to monitor Beta.Sam.Gov 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
SAM.gov Permalink
(https://sam.gov/opp/521cc9a5d47f4605b93a1036811d4ba4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06232959-F 20220205/220203230103 (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 |
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.