Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
SOURCES SOUGHT

J -- CGC STEADFAST DRYDOCK REPAIRS FY14

Notice Date
2/7/2014
 
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
STEADFASTDRYDOCKFY14
 
Archive Date
2/6/2015
 
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, TaraM.Holloway@uscg.mil
(mable.l.lee@uscg.mil, TaraM.Holloway@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC STEADFAST (WMEC-623) 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: DRYDOCK Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK Repairs to the U.S. Coast Guard Cutter (USCGC) STEADFAST (WMEC-623), a 210 Foot "B Class" Medium Endurance Cutter. The vessel is home ported at 17th Street Pier, Astoria, OR 97103. All work will be performed at the contractor's facility. This vessel is geographically restricted to a facility located within 300 road miles of cutter's permanent berth. Scope of Work (Subject to change at the discretion of the Government): The scope of the acquisition is for the overhauling, cleaning, inspecting, testing, and repairing of various items aboard the USCGC STEADFAST (WMEC-623). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 2: Appendages (U/W), Leak Test WORK ITEM 3: Appendages (U/W) - Internal, Preserve WORK ITEM 4: Voids (Non-Accessible), Leak Test WORK ITEM 5: Voids (Non-Accessible), Preserve Internal Surfaces WORK ITEM 6: Propulsion Shaft, Renew WORK ITEM 7: Propulsion Shaft Coating, Renew WORK ITEM 8: Propulsion Shaft Seal (Mechanical and Inflatable) Assemblies, Overhaul or Renew WORK ITEM 9: Propulsion Shafting, Optical or Laser Alignment Check WORK ITEM 10: Propulsion Stern Tube Bearings, Renew WORK ITEM 11: Controllable Pitch Propeller (CPP) Oil Distribution (OD) Box, Inspect, Service & Piping Renewal WORK ITEM 12: Fathometer Transducer, Renew WORK ITEM 13: Underwater (Speed) Log Transducer, Renew WORK ITEM 14: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 15: Sea Strainers - Duplex (All Sizes), Overhaul WORK ITEM 16: Rudder Assembly; Remove, Inspect and Reinstall WORK ITEM 17: Rudder(s), Preserve ("100%") WORK ITEM 18: Rudder Stock Bearings Clearances, Check WORK ITEM 19: Tanks (MP Fuel Service), Preserve "100%" WORK ITEM 20: Tanks (Potable Water), Preserve "Partial" WORK ITEM 21: U/W Body, Preserve (100%) WORK ITEM 22: Hull Plating Freeboard, Preserve - Partial WORK ITEM 23: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 24: Drydocking WORK ITEM 25: Temporary Services, Provide WORK ITEM 26: Ventilation Fans (Venaxial), Overhaul WORK ITEM 27: Handrails and Stanchions, Renew WORK ITEM 28: Hydraulic Power Unit Hydraulic Tank, Preserve WORK ITEM 29: Piping Insulation, Renew WORK ITEM 30: Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair WORK ITEM 31: Propulsion Shaft Bearings (External), Renew WORK ITEM 32: Controllable Pitch Propeller (CPP) System, Service WORK ITEM 33: Propeller Blades, Inspect WORK ITEM 34: Fire pump Motors, Renewal WORK ITEM 35: Piping, Renew WORK ITEM 36: Casualty Power Cable Rack, Install WORK ITEM 37: Oily Water Holding Tank, Renew Plate WORK ITEM 38: JP5 Transfer Pump Foundation and Service Pump Foundation, Retarget WORK ITEM 39: Mast Halyard Staple, Renewal WORK ITEM 40: Propulsion Shafting, Strain Gage Alignment Inspections WORK ITEM 41: Superstructure, Preserve "Partial" WORK ITEM 42: 28 Volt DC Helo Power Supply, Load Test WORK ITEM 43: 400 Hz Power Supply (FCX Systems Inc.), Load Test WORK ITEM 44: Windspeed Transmitter (Anemometer), Renew WORK ITEM 45: Helo Talon Grids, Inspect and Test ("B-Class") WORK ITEM 46: Watertight Hatch Internal, Renew **FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT'S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE.** **No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** 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 : (Subject to change at the discretion of the Government): The period of performance is anticipated to be for FIFTY-SIX (56) calendar days with a start date of 07 May 2014 and end date of 02 July 2014. 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 Mable Lee at mable.l.lee@uscg.mil (Attn: Mable Lee/C&P1-MECPL) and Tara Holloway at tara.m.holloway@uscg.mil no later than 13 February 2014 at 2:00 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 check 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 (WOSBC) ____ g) Small Business Concern ____ h) Large Business Concern 4. Documentation Verifying Small Business Size: 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 quote 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 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 (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 submit information in sufficient detail 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. 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/STEADFASTDRYDOCKFY14/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03284034-W 20140209/140207235616-96ae1e8e94276135bdc6c2a6350ae6a3 (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.