Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
SOURCES SOUGHT

J -- FRC TOPSIDE PRESERVATION & INTERIOR DECK COVERING RENEWAL - Specification

Notice Date
4/28/2016
 
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
HSCG-80-16-S-P30E79
 
Point of Contact
Denise A Sturdifen, Phone: 7574417036
 
E-Mail Address
Denise.A.Sturdifen@uscg.mil
(Denise.A.Sturdifen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Specification SOURCES SOUGHT NOTICE: FRC TOPSIDE PRESERVATION & INTERIOR DECK COVERING RENEWAL (WPC-154) This is a SOURCES SOUGHT NOTICE 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 of satisfying the agency's requirements exists. (2) Determine if commercial items 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: All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Potential sources that respond to this notice must fully demonstrate that they have the engineering capability, design and technical expertise to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. All work will be performed at the cutter's home port unless otherwise specified within the solicitation and provided statement of work. This requirement will include interior and exterior deck covering systems. Travel will be from Contractor's location to cutter's home pier. Requirement is for deck preservation for Coast Guard 154' Patrol Cutters in the following locations: Miami, FL Key West, FL San Juan, PR Cape May, NJ Pascagoula, MS Honolulu, HI Atlantic Beach, NC San Pedro, CA There will be approximately 32 Patrol Cutters DOCK SIDE Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to DOCKSIDE repairs to WPC 154 FRC Deck Maintenance Repairs. GEOGRAPHICAL RESTRICTION: NONE Scope of Work: The scope of the acquisition is for the DOCK SIDE repairs of the WPC 154 FRC Deck Maintenance. This work will include, but is not limited to the following WORK ITEMS: 01 Deck, Presrve ("MIL-Spec/Flight Deck" System) Amidships Deck, Preserve ("MIL-Spec/Flight Deck" System) Carpeting Deck Covering, Renew Carpeting Deck Covering, Renew - CO Cabin (1-12-1-L) Carpeting Deck Covering, Renew - XO Stateroom (1-12-2-L) Carpeting Deck Covering, Renew - OPS Stateroom (1-15-2-L) Carpeting Deck Covering, Renew - 1 Person Stateroom (2-10-1-L) Carpeting Deck Covering, Renew - 1 Person Stateroom (2-10-2-L) Carpeting Deck Covering, Renew - 2 Person Stateroom (2-15-1-L) Carpeting Deck Covering, Renew - 2 Person Stateroom (2-15-2-L) Carpeting Deck Covering, Renew - 2 Person Stateroom (2-17-1-L) Carpeting Deck Covering, Renew - 4 Person Stateroom (2-17-2-L) Carpeting Deck Covering, Renew - 4 Person Stateroom (2-20-1-L) Carpeting Deck Covering, Renew - 2 Person Stateroom (2-21-1-L) Carpeting Deck Covering, Renew - ENG CPO Stateroom (2-23-2-L) Decks - Exterior, Preserve, 100% ("MIL-Spec/Flight Deck" System) Fantail Deck, Preserve ("MIL-Spec/Flight Deck" System) Forecastle Weather Deck, Preserve ("MIL-Spec/Flight Deck" System) Epoxy Deck Covering, Renew Epoxy Deck Covering, Renew - Head & Shower (1-12-0-L) Epoxy Deck Covering, Renew - Passageway (1-15-0-L) Epoxy Deck Covering, Renew - Head & Shower (1-15-1-L) Epoxy Deck Covering, Renew - Ship Office (1-16-1-A) Epoxy Deck Covering, Renew - Mess Deck (1-17-0-Q) Epoxy Deck Covering, Renew - Galley (1-18-2-Q) Epoxy Deck Covering, Renew - Passageway (1-23-0-L) Epoxy Deck Covering, Renew - Head (1-23-1-L) Epoxy Deck Covering, Renew - Passageway (1-23-2-L) Epoxy Deck Covering, Renew - Athwart Ship Passageway (1-27-1-A) Epoxy Deck Covering, Renew - Passageway (2-10-0-L) Epoxy Deck Covering, Renew - Shower (2-12-1-L) Epoxy Deck Covering, Renew - Head (2-12-2-L) Epoxy Deck Covering, Renew - Shower (2-13-1-L) Epoxy Deck Covering, Renew - Head (2-13-2-L) Epoxy Deck Covering, Renew - Shower (2-14-1-L) Epoxy Deck Covering, Renew - Head (2-14-2-L) Epoxy Deck Covering, Renew - Passageway (2-17-0-L) Epoxy Deck Covering, Renew - Passageway (2-23-0-L) Epoxy Deck Covering, Renew - Head and Shower (2-23-1-L) Epoxy Deck Covering, Renew - Store Room (2-23-4-A) Epoxy Deck Covering, Renew - Passageway (2-25-0-L) Epoxy Deck Covering, Renew, Partial Epoxy Deck Covering, Renew, 100% Epoxy Deck Covering, Reseal Epoxy Deck Covering, Reseal - Head & Shower (1-12-0-L) Epoxy Deck Covering, Reseal - Passageway (1-15-0-L) Epoxy Deck Covering, Reseal - Head & Shower (1-15-1-L) Epoxy Deck Covering, Reseal - Ship Office (1-16-1-A) Epoxy Deck Covering, Reseal - Mess Deck (1-17-0-Q) Epoxy Deck Covering, Reseal - Galley (1-18-2-Q) Epoxy Deck Covering, Reseal - Passageway (1-23-0-L) Epoxy Deck Covering, Reseal - Head (1-23-1-L) Epoxy Deck Covering, Reseal - Passageway (1-23-2-L) Epoxy Deck Covering, Reseal - Athwart Ship Passageway (1-27-1-A) Epoxy Deck Covering, Reseal - Passageway (2-10-0-L) Epoxy Deck Covering, Reseal - Shower (2-12-1-L) Epoxy Deck Covering, Reseal - Head (2-12-2-L) Epoxy Deck Covering, Reseal - Shower (2-13-1-L) Epoxy Deck Covering, Reseal - Head (2-13-2-L) Epoxy Deck Covering, Reseal - Shower (2-14-1-L) Epoxy Deck Covering, Reseal - Head (2-14-2-L) Epoxy Deck Covering, Reseal - Passageway (2-17-0-L) Epoxy Deck Covering, Reseal - Passageway (2-23-0-L) Epoxy Deck Covering, Reseal - Head and Shower (2-23-1-L) Epoxy Deck Covering, Reseal - Store Room (2-23-4-A) Epoxy Deck Covering, Reseal - Passageway (2-25-0-L) Superstructure, Preserve "100%" Anticipated Period of Performance: The period of performance is anticipated to be for One Thousand Eight hundred and twenty five (1825) calendar days with a start date of 16 September 2016 through 15 September 2021 (Subject to change at the discretion of the Government). 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: Denise.A.Sturdifen@uscg.mil (Attn: Denise Sturdifen/C&P1-PBPL) no later than 4 May 2016 at 5:00 PM, 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: 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 Small Business status, provide documentation to show the business is small under NAICS code 336611. 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 appropriated 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, c onfidential, 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 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/HSCG-80-16-S-P30E79/listing.html)
 
Record
SN04098604-W 20160430/160428234747-0ed2ed659a9a7bbab99e9401a3471782 (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.