Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2013 FBO #4199
SOURCES SOUGHT

J -- CGC CONFIDENCE DOCKSIDE REPAIRS FY13

Notice Date
5/22/2013
 
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
CONFIDENCEDSFY13
 
Archive Date
5/22/2014
 
Point of Contact
Mable L. Lee, Phone: (757) 628-4820, Tara M Holloway, Phone: 757-628-4754
 
E-Mail Address
mable.l.lee@uscg.mil, tara.m.holloway@uscg.mil
(mable.l.lee@uscg.mil, tara.m.holloway@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC CONFIDENCE (WMEC-619) This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ; not a pre-solicitation notice or solicitation for proposals/quotations. 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 exist, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) 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, 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 DOCKSIDE Repairs to the U.S. Coast Guard Cutter (USCGC) CONFIDENCE (WMEC-619), a 210 Foot "A Class" Medium Endurance Cutter. The vessel is home ported at Commanding Officer, 9235 Grouper Road, Cape Canaveral, FL 32920. All work will be performed at vessel's homeport. Scope of Work : The scope of the acquisition is for the inspecting, cleaning, repairing, and renewing of various items aboard the USCGC CONFIDENCE (WMEC-619). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 2: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 3: Chain Lockers, Clean and Inspect WORK ITEM 4: Tanks (MP Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 5: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 6: Tanks (Hydraulic Oil Stowage and Service), Clean and Inspect WORK ITEM 7: Tanks (Potable Water), Clean and Inspect WORK ITEM 8: Tanks (Lube Oil), Clean and Inspect WORK ITEM 9: Voids (Accessible), Clean and Inspect WORK ITEM 10: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 11: Propulsion Shafting, Strain Gage Alignment Inspections WORK ITEM 12: Vent Ducts (Engine and Motor Room All), Commercial Cleaning WORK ITEM 13: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning WORK ITEM 14: Vent Ducts (Laundry Exhaust), Commercial Cleaning WORK ITEM 15: Vent Ducts (All Other), Commercial Cleaning WORK ITEM 16: Anchor Windlass, Inspect and Service WORK ITEM 17: Anchor Chain(s), Renew WORK ITEM 18: Warping Capstan, Inspect and Service WORK ITEM 19: Towing Bitts, Chocks, and Fairleads; Inspect and Test WORK ITEM 20: Watertight Doors (External), Renew WORK ITEM 21: Stack Space (01-99-0-Q) Structural Repair WORK ITEM 22: Helo Talon Grids, Inspect and Test WORK ITEM 23: Plenum Space Bulkhead, Renew WORK ITEM 24: Bulkhead and Vent Duct, Renew WORK ITEM 25: Officer Head Joiner Panels and Insulation, Renew WORK ITEM 26: Compressors, Replace WORK ITEM 27: Temporary Services, Provide 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 FIFTY-SIX (56) calendar days with a start date of 04 September 2013 and end date of 30 October 2013. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard : The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 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 Tara Holloway at tara.m.holloway@uscg.mil or via fax to (757) 628-4562 (Attn: Tara Holloway/C&P1-MECPL) no later than 30 May 2013 at 12:00 p.m. Eastern Standard Time with 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 : Please state all that apply to your company ____a. 8(a) Small Business Concern ____b. HubZone Small Business Concern ____c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) ____d. Veteran Owned Small Business Concern (VOSBC) ____e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB) ____f. Woman Owned Small Business Concern ____g. Small Business Concern ____h. Large 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 VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make 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. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement of Proposal Submission : Statement whether 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 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 is not considered to be sufficient past performance and may be considered less relevant. SAM (CCR): Interested parties should register in the System for Award Management (SAM) formerly known as Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 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; 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 making a decision 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 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. At this time 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 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/CONFIDENCEDSFY13/listing.html)
 
Place of Performance
Address: vellel's home port, United States
 
Record
SN03069005-W 20130524/130522235002-0262736c69bdf736f5cbd143a33439ee (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 |
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.