SOURCES SOUGHT
J -- FY 16 USCGC CLEAT (WYTL 65615) DRY DOCK REPAIRS - SOURCES SOUGHT
- Notice Date
- 12/8/2015
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- USCGC-CLEAT-FY16-DRYDOCK
- Archive Date
- 1/1/2016
- Point of Contact
- Andrew G. Jacobs, Phone: 5106375874, Shari A. Jackson-Humphrey, Phone: (510) 637-5870
- E-Mail Address
-
Andrew.G.Jacobs@uscg.mil, Shari.A.Jackson-humphrey@uscg.mil
(Andrew.G.Jacobs@uscg.mil, Shari.A.Jackson-humphrey@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIFICATIONS -USCGC CLEAT THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY COMPANIES CAPABLE OF FULFILLING THIS REQUIREMENT. The United States Coast Guard Surface Forces Logistics Center, Ice Breaker, Buoy and Construction Tender Product Line is considering whether or not to set-aside the acquisition for HUBZone, 8(a) Small Business, Small Disadvantage Business, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Business firms. The small business size standard for NAICS 336611, and has less than 1,000 employees. The Acquisition is to perform dry dock repairs to the USCGC CLEAT (WYTL 650), a harbor tug. The vessel's home port is in Philadelphia, PA. All work will be performed at the contractor's facility that is within a geographical restriction of no greater than 195 nautical miles from their homeport and no further than 10 nm off shore. The performance period is anticipated to be 43 calendar days with a start date of 11 May 2016 and completion on 22 June 2016. The scope of the acquisition is for the repairing of various items aboard the USCGC CLEAT (WYLT 650). This work will include, but is not limited to: 1. Hull Plating (U/W Body, Ultrasonic Testing 2. Appendages (U/W), Leak Test 3. Appendages (U/W), -Internal, Preserve 4. Voids (Non-Accessible), Leak Test 5. Voids (Non-Accessible), Internal Surfaces, Preserve 6. Stern Tube, Renew 7. Propeller, Remove, Inspect and Reinstall 8. Propeller, Minor Repairs and Reconditioning, Perform 9. Rudder Assembly; Remove, Inspect and Reinstall 10. Hull Fittings (Mooring and Towing), Inspect and Test 11. Stern Tube Interior Surfaces, Preserve 100% 12. Superstructure and Stack, Partial Abate and Preserve 100% 13. Cathodic Protection/ Zinc Anodes, Renew 14. Dry Dock 15. Temporary Services, Provide - Tender 16. Sea Trial Performance, Support, Provide 17. Lead Based Paint, 100% Abatement, Perform 18. Fathometer Transducer, Renew 19. Decks- Exterior, Abate and Preserve (Non-Skid Broadcast Grit System) 20. Propulsion Shafting, Modify 21. Keel Coolers, Clean, Inspect and Hydro 22. Super Structure and Stack Surfaces, Inspect and Renew Plating 23. Steering Chain Assembly, Overhaul 24. Coating Crews Head, Renew 25. Hull Plating (U/W Body), Inspect 26. U/W Body, Preserve (100%) THE INTENT OF THIS NOTICE IS TO CONFIRM IF THERE ARE ANY COMPANIES CAPABLE OF FULFILLING THIS REQUIREMENT The Government requests capability statements and comments from interest businesses regarding the work items described above. Responsive sources are encouraged to submit a response to this notice with a statement of interest on company letter. At a minimum, please include the following: 1. Evidence of experience in work similar in type and scope to include contract numbers, project titles, doll amounts, point of contacts and telephone numbers. 2. Socio-Economic Factors (e.g. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc) as it relates to NAICS Code 336611. Interested parties should contact Andrew G. Jacobs, Contracting Officer at (510) 637-5874 or andrew.g.jacobs@uscg.mil or Shari A. Jackson-Humphrey, Contract Specialist-Contractor at (510) 637-5870 or shari.a.jackson-humphrey@uscg.mil, to communicate your interest. Your response is required by 11:00 am PST on 17 December 2015. Individuals that respond to this notice must fully demonstrate their capability to accomplish the above and are to provide pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. The Government does not intend to pay for any information that is submitted in response to this synopsis. Information received after this period may not be considered. Interest sources should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM may be obtained by accessing the website at www.sam.gov or by calling 1-800-606-8220. All parties are encouraged to continuously monitor the Federal Business Opportunity website for the solicitation and any amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/USCGC-CLEAT-FY16-DRYDOCK/listing.html)
- Place of Performance
- Address: All work will be performed at the contractor's facility that is within a geographical restriction, of no greater than 195 nautical miles from their homeport and no further than 10 nm off shore., United States
- Record
- SN03963704-W 20151210/151208234251-2cfe66ff7c421bd69adaee224ef28c01 (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 |