Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2015 FBO #5098
SOURCES SOUGHT

J -- USCGC AXE DRYDOCK

Notice Date
11/6/2015
 
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-AXE-DRYDOCK
 
Archive Date
12/2/2015
 
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 AXE (WLIC - 75310) SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC AXE (WLIC - 75310). 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: HULL PLATING (U/W BODY), INSPECT- TENDER HULL PLATING (U/W BODY), ULTRASONIC TESTING - TENDER HULL PLATING (U/W BODY), INSPECT- BARGE HULL PLATING (U/W BODY), ULTRASONIC TESTING - BARGE PROPULSION SHAFT ROPE GUARDS, INSPECT AND REPAIR TANKS (MP FUEL STOWAGE AND OVERFLOW), CLEAN AND INSPECT - TENDER VOIDS (NON-ACCESSIBLE), LEAK TEST - TENDER VOIDS (NON-ACCESSIBLE), LEAK TEST VOIDS (NON-ACCESSIBLE), INTERNAL SURFACES, PRESERVE PROPULSION SHAFTING, REMOVE, INSPECT, AND REINSTALL PROPULSION SHAFTING, OPTICAL OR LASER ALIGNMENT CHECK PROPULSION SHAFT SEALS, MECHANICAL & INFLATABLE, OVERHAUL AND RENEW PROPULSION SHAFT BEARINGS (EXTERNAL), CHECK CLEARENCES PROPELLERS REMOVE, INSPECT, AND REINSTALL KEEL COOLERS, CLEAN, INSPECT AND HYDRO FATHOMETER TRANSDUCER, RENEW - TENDER FATHOMETER TRANSDUCER, RENEW - BARGE VENT DUCTS (GALLEY AND PANTRY ROOM ALL), COMMERCIAL CLEANING RUDDER ASSEMBLY; REMOVE, INSPECT, AND REINSTALL RUDDER STOCK BEARINGS CLEARENCES, CHECK SPUD WELLS, INSPECT - BARGE DECKS - EXTERIOR (BUOY OR CONSTRUCTION DECK), PRESERVE 100% U/W BODY, PRESERVE (100%) - TENDER U/W BODY, PRESERVE (100%) - BARGE U/W BODY, PRESERVE (Partial - Condition A) - TENDER U/W BODY, PRESERVE (Partial - Condition A) - BARGE U/W BODY, PRESERVE (Partial - Condition B) - TENDER U/W BODY, PRESERVE (Partial - Condition B) - BARGE U/W BODY, PRESERVE (Partial - Condition C) - TENDER U/W BODY, PRESERVE (Partial - Condition C) - BARGE STERN TUBE INTERIOR SURFACES, PRESERVE 100% CATHODIC PROTECTION / ZINC ANODES, RENEW - TENDER CATHODIC PROTECTION / ZINC ANODES, RENEW - BARGE DRYDOCK TEMPORARY SEVICES, PROVIDE - TENDER SEA TRIAL PERFORMANCE, SUPPORT, PROVIDE DECK GEAR, SHRINK WRAP PLATING - BULWARK PRESERVATION STRUCTURAL REPAIR, LAZARETTE 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 NINE (49) calendar days with a start date of 11 May 2016 through 29 June 2016. (Subject to change at the discretion of the Government) The cutter's homeport is 800 Youngs Road, Morgan City, LA. 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 17 November 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. 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/USCGC-AXE-DRYDOCK /listing.html)
 
Place of Performance
Address: Contractor’s Facility, United States
 
Record
SN03940680-W 20151108/151106234220-3f3713a7150f9827c6e6d4d38f06c593 (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.