SOURCES SOUGHT
J -- USCGC SAGINAW DRYDOCK
- Notice Date
- 9/4/2015
- 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
- USCGC-SAGINAW-DRYDOCK
- Archive Date
- 10/3/2015
- Point of Contact
- Iran.N.Walker, Phone: (757)628-4563
- E-Mail Address
-
Iran.N.Walker@uscg.mil
(Iran.N.Walker@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE DRYDOCK REPAIRS USCGC SAGINAW (WLIC - 803) SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC SAGINAW (WLIC - 803). 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. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) Determine if sources capable are capable of satisfying the agency's requirements exist. (2) Determine if commercial items are suitable to meet the agency's needs are available or could be modified to meet the agency's requirements. (3) Determine the commercial practices of company's 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: Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Propulsion Shafting, Strain Gage Alignment, Inspect Propulsion Shafting, Remove, Inspect, and Reinstall Propulsion Shafting, Straighten Propulsion Shaft Bearings (External), Check Clearances Propulsion Stern Tube Bearings, Check Clearances Propulsion Shaft Bearings (External), Renew Propellers, Clean and Inspect Propeller, Minor Repairs and Reconditioning, Perform Fathometer Transducer, Renew Sea Valves and Waster Pieces, Overhaul or Renew Rudder(s), Preserve ("100%") Spuds, Overhaul Spud Wells, Inspect Decks - Exterior (Buoy or Construction Deck), Preserve 100% U/W Body, Preserve (Partial - Condition B) Stern Tube Interior Surfaces, Preserve 100% Hull Plating Freeboard, Preserve "100%" Cathodic Protection / Zinc Anodes, Renew Tender Drydock Temporary Services, Provide - Tender Sea Trial Performance, Support, Provide Deck Gear, Shrink Wrap Boat Davit Winch, Shrink Wrap Buoy and Cargo Handling Crane, Shrink Wrap Tanks (Potable Water), Preserve "100%" Mechanical Chain Stoppers, Inspect and Service Ship Structures, Inspect for Presence of Lead-Based Paint Lead Dust, Clean Propellers, Remove, Inspect, and Reinstall Watertight Door Renew Bulkhead and Windows, Renew Plenum Room Deck and BHD Plating Renew Stern Bulwark Repair Upper Hull Guard, Renew Stack Exhaust Vent Boxes, Remove Superstructure Bulkhead, Repair Tanks (Ballast), Perform 100% Abatement of Lead-Based Paint Bulkhead 113 Plating Renew Superstructure, Perform 100% Lead-Based Paint Abatement, Crane Pedestal and Hammer Cradle, Perform 100% Lead-Based Paint Abatement Ballast Tank Stiffeners, Renew Potable Water Tank Stiffeners, Renew Pilot House Overhead, Renew Lead-Based Paint, Abate or Encapsulate Propulsion Stern Tube Bearings, Renew Rudders, Renew 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 FORTY EIGHT (48) calendar days with a start date of 9 March 2016 through 27 April 2016. (Subject to change at the discretion of the Government) The cutter's homeport is 1500 15th Street, Mobile, AL. Geographical Restriction: Restricted to an area no greater than 400 nautical miles (nm) from the cutter's homeport and no open water transits. 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: iran.n.walker@uscg.mil or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than 18 September 2015 at 10:00 AM, Eastern Time. **Please provide 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: 8(a) Small Business Concern, HubZone Small Business Concern, Service Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 5. Statement of 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. 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 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 should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at 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 provided 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 notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that my result from this Sources Sought Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/USCGC-SAGINAW-DRYDOCK /listing.html)
- Place of Performance
- Address: Contractors Facillity, United States
- Record
- SN03873915-W 20150906/150905000305-ec9a3829879577950275e41a417497d9 (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 |