SOURCES SOUGHT
J -- CGC WALNUT FY12 Drydocking and Repairs
- Notice Date
- 9/26/2011
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-11-I-WLB205
- Archive Date
- 10/7/2011
- Point of Contact
- James S. Altice, Phone: 206-217-6815
- E-Mail Address
-
James.S.Altice@uscg.mil
(James.S.Altice@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The Coast Guard's Surface Forces Logistics Center (SFLC) is considering whether or not to set-aside an acquisition for 8(a), HUBZone, SDVOSB firms. There is no geographical restriction to this requirement, but SFLC will make Pearl Harbor Naval Shipyard's Graving Dock No. 4 available to potential offerors who do not possess their own drydocking facilities. CGC WALNUT is homeported at Base Support Unit, Honolulu. Period of Performance will be 03/14/12 - 05/23/12. Foreseeable Costs will be applied when and if the solicitation is eventually released. Final price evaluation will include the Government's cost for utilizing PHNSY's drydocking facility. The eventual requirement will result in award of a single firm fixed-price ship repair contract. The current work item listing is as follows: Hull Plating, U/W Body, Inspect Hull Plating (U/W Body), Ultrasonic Testing Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Chain Lockers, Inspect Voids (Non-Accessible), Preserve Internal Surfaces Propulsion Shafting Remove, Inspect, and Reinstall Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renewal Propulsion Shaft Bearings (External), Check Clearances Propulsion Tail Shaft Sleeve, Skim Cut Propulsion Shaft Bearing, Stave Renewal Controllable Pitch Propeller, System Maintenance Controllable Pitch Propeller, Hub General Maintenance Controllable Pitch Propellers, Clean and Inspect Controllable Pitch Propeller Hub, Remove and Reinstall Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean Circuit Breakers (60HZ), Inspect and Test Fathometer Transducer, General Maintenance Fwd Scan Sonar Transducer, General Maintenance 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, Clean, Inspect, and Test Rudder Stock Bearings, Check Clearances Rudder, Inspect and Repair Pad Eyes, Inspect and Test Anchor Windlass, Overhaul (Level 2) Buoy and Cargo Handling Crane Wire Rope, Renew U/W Body, Preserve "Partial - Condition A " U/W Body, Preserve "Partial - Condition B" U/W Body, Preserve "Partial - Condition C " Cathodic Protection / Zincs, Renew Impressed Current Cathodic Protection System, Inspect and Maintain Drydocking Temporary Services, Provide Sea Trial Performance, Provide Support Buoy Deck Equipment Emergency Brake Release Hand Pump, Modify SORS Hold Stowage, Install Rail System Buoy Chain (In-Haul ) Winch, Modify Crossdeck Winches, Overhaul Hydraulic Inhaul Winch, Overhaul Mechanical Chain Stoppers, Overhaul Warping Capstan, Level 2 Inspect and Repair Buoy Crane Extension Cylinder, Inspect and Repair Buoy Crane Main and Auxiliary Flag Block Assemblies, Overhaul Buoy Crane Luff Cylinder, Overhaul Buoy Crane Main and Auxiliary Winches, Inspect and Test Buoy Crane Components (Various), Preserve Buoy Crane, Structural Assessment Buoy Crane Upper Crane Cab, Preserve Grey Water Holding Tanks, Clean and Inspect Sewage Holding Tanks, Clean and Inspect Sewage Piping, Clean and Flush Potable Water Pneumatic Tanks, Clean and Inspect Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair Stern Tube Interior Surfaces, Preserve 100% Deck Covering (Interior Wet/Dry), Renew Chain Locker, Preserve 100% Decks - Exterior, Preserve (" Non-Skid Broadcast Grit" System) Superstructure, Preserve "100%" Main Mast, Preserve, 100% Sea Valves and Waster Pieces, Overhaul or Renew Auxiliary Sea Water System Valves, Overhaul Or Renew Deck Covering (Wet/Dry), Seal Pilot House Windows, Preserve Bilges (Machinery Space) - AMR, Preserve SORS Deck, Preserve Decks (All Interior) - Upper Level AMR, Preserve Potable Water Pump Room Deck, Preservation Chilled Water System Insulation, Renew Portlight Refurbish Bilges (Machinery Space) - MMR, Preserve Bilges (Machinery Space) - Stern Thruster Machinery Room, Preserve Scuttles, Upgrade MDE Mount Renewal Hydraulic Steering Cooler, Install Potential offerors choosing to perform the work at their own facility must be able to qualify their drydock in accordance with SFLC Std Spec 8634 to be considered for participation. To be considered as a set-aside candidate, respondents must have a record of having successfully accomplished ship repair contracts of this scale* as a prime contractor for federal agencies & components such as the U.S. Navy, Military Sealift Command, U.S. Army Corps of Engineers, NOAA. * approximately 24,000 manhours and a 70-day period of performance. In order for SFLC to evaluate set-aside possibilities for this requirement, interested parties are to respond by supplying the following information via email to the Primary Point of Contact listed below by the Response Date. Responses to this Notice shall be made via email as follows: Subject Line: "HSCG85-11-I-WLB205 CGC WALNUT FY12 DRYDOCKING SOURCES SOUGHT NOTICE" 1) Name of your shipyard 2) Street address of your shipyard 3) Your shipyard's DUNS number 4) Your shipyard's CAGE Code 5) Name, phone number and email address of your shipyard's main point of contact 6) Past Performance reports for federal ship repair projects not already offically finalized. 7) State whether you would intend to utilize PHNSY's drydock or your own Interested parties must be registered in Central Contractor Registration (www.ccr.gov) as prescribed in FAR Clause 52.204-7 for their responses to be considered. Prior to making a set-aside determination, SFLC may elect to perform a comprehensive set of pre-solicitation surveys, including but not limited to: respondent facilities, production/management/financial systems & capabilities, and past performance. Respondents are advised that the eventual solicitation will contain the clause FAR 52.219 "Limitations on Subcontracting" which stipulates that a prime contractor must supply at least 50% of the labor costs from its own labor force. A decision on potential set-asides will be posted on FedBizOpps once SFLC has concluded its market research and formal acquisition planning for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-11-I-WLB205/listing.html)
- Place of Performance
- Address: Pearl Harbor Naval Shipyard, Honolulu, HI., OR, Contractor's facility, United States
- Record
- SN02592262-W 20110928/110926235116-94f11c3aa1429a807ab01eb6e22443f1 (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 |