SOURCES SOUGHT
J -- Dockside: USCGC KIMBALL DS FY24 FQ4
- Notice Date
- 3/29/2024 5:04:41 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
- 70Z08524S-KIMBALL-FY24
- Response Due
- 4/15/2024 1:00:00 PM
- Archive Date
- 04/30/2024
- Point of Contact
- Richard Rawlings, Phone: 4107626725, Kiya Plummer-Dantzler, Phone: 5105015550
- E-Mail Address
-
richard.n.rawlings@uscg.mil, kiya.R.Plummer-Dantzler@uscg.mil
(richard.n.rawlings@uscg.mil, kiya.R.Plummer-Dantzler@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This requirement is for the Contractor to provide all necessary labor, services, supplies, materials, equipment power, accessories, personnel, and other things as necessary, except otherwise specified to perform dockside repairs to the USCGC KIMBALL (WMSL-756), a 418-foot National Security Cutter in accordance with the solicitation, schedule, and specifications. Work includes, but is not limited to the following: WORK ITEM 1: Deck Covering (Slip-Resistant), Renew��� � WORK ITEM 2: Tenting, Provide���� � WORK ITEM 3: Tanks (Potable Water), Clean and Inspect � Potable Water Tank 3-68-3-W Potable Water Tank 3-48-4-W� WORK ITEM 4: Tanks (Potable Water), Preserve (Partial) OPTIONAL WORK ITEM 5: Tanks (MP Fuel Service), Clean and Inspect MP Fuel Service Tank 5-36-2-F MP Fuel Service Tank 5-36-3-F�������� � WORK ITEM 6: Air Conditioning Plants, Groom��� � WORK ITEM 7: Refrigeration Plant, System Groom���������� � WORK ITEM 8: Refrigeration Unit Flex Hose Assemblies, Renew � WORK ITEM 9: Reverse Osmosis, System Groom� � WORK ITEM 10: Potable Water Pneumatic Tanks, Clean and Inspect����������� � WORK ITEM 11: Folding Boom Cranes, Biennial Maintenance, Perform� WORK ITEM 12: Dual Point Davit, Biennial Maintenance, Perform����������� � WORK ITEM 13: Incinerator, Inspect, Repair and Test������ � WORK ITEM 14: HVAC Ducts, Modify� WORK ITEM 15: Fire Prevention, Provide�� � WORK ITEM 16: Temporary Services, Provide WORK ITEM 17: Sea Trials Performance, Support, Provide���������� � WORK ITEM 18: Air Conditioning Compressor, Renew���� � WORK ITEM 19: Reduction Gear & Controllable Pitch Propeller Settling Tank, Clean and Inspect SUBMISSION of INFORMATION: ��Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information.� Companies may respond to this Sources Sought Notice via e-mail, with subject line: SSN KIMBALL DS FY24 FQ4, Kiya Plummer-Dantzler at Kiya.R.Plummer-Dantzler@uscg.mil and Richard Rawlings at Richard.N.Rawlings@uscg.mil no later than the date identified within this notice with the following information/documentation: 1. Name of Company, Address, and Unique Entity Identification Number (UEID) 2. Point of Contact, E-Mail Address, and Phone Number 3. Business Size and applicable to the NAICS Code � � a. 8(a) Small Business Concern � � b. HubZone Small Business Concern � � c. Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern � � d. Veteran-Owned Small Business (VOSB) Concern � � e. Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern � � �f. Woman-Owned Small Business (WOSB) Concern � � g. Small Business Concern � � h. Large Business Concern 4. Documentation Verifying Small Business Certification 5. Statement: �Statement on how you company will complete the work items 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 in similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and point of contacts to include e-mail addresses and telephone numbers.� If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available.� Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Subpart 4.1102(a). �SAM can be obtained by accessing the internet at www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. Disclaimer and Important Notes: �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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition.� 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. Currently no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website 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. To receive the technical package and drawings associated with this requirement interested firms will need to complete and sign Attach 1_DHS-110006 Non-Disclosure Agreement and provide their active Joint Certification Program (JCP) certification number. You may do so now in order to receive the drawings package immediately upon release of the Solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/beeadf3749874c1f83c9458dc517e81e/view)
- Place of Performance
- Address: Honolulu, HI 96819, USA
- Zip Code: 96819
- Country: USA
- Zip Code: 96819
- Record
- SN07014524-F 20240331/240329230059 (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 |