SOURCES SOUGHT
20 -- DRYDOCK USCGC KISKA
- Notice Date
- 12/13/2016
- 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
- HSCG80-17-S-P45306
- Point of Contact
- Cabin S. Long, Phone: 757-441-7032, Nancy M Brinkman, Phone: 757-628-4579
- E-Mail Address
-
cabin.s.long@uscg.mil, Nancy.M.Brinkman@uscg.mil
(cabin.s.long@uscg.mil, Nancy.M.Brinkman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE DRY-DOCK & REPAIRS FOR USCGC KISKA (WPB-1336) This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or 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. 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: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center; Norfolk, VA, to identify sources capable of providing the following: Dry Dock & Repairs: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform a dry-dock and repairs to USCGC KISKA (WPB-1336). All work will be performed at the Contractor's facility located within the state of Hawaii. Anticipated Period of Performance: The period of performance is anticipated to be for FIFTY-NINE (59) calendar days with a start date of 04 April through 2 June 2017, (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 1,250 employees. Scope of Work: The scope of the acquisition is to perform a dry dock and ship repairs to USCGC KISKA, a 110-foot patrol boat. This work will include, but is not limited to the following work items: Hull Plating (U/W Body), Inspect Aluminum Hull and Structural Repairs - 1/4" Plate Aluminum Hull and Structural Repairs - 3/16" Plate Aluminum Hull and Structural Repairs - 5/16" Plate Hull and Structural Plating Repairs -Crack (Aluminum) Hull and Structural Plating Repairs - Crack (Steel) Hull and Structural Plating Repairs - Eroded Weld (Aluminum) Steel Hull and Structural Plating Repairs (5-Pound) Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound) Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) Hull and Structural Plating - 10.0-Pound Steel, Repair Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect Voids (Non-Accessible), Leak Test Tanks, Air Test Tanks (Potable Water), Clean and Inspect Tanks (Dirty Oil and Waste), Clean and Inspect Main Diesel Engine, Renew Main Reduction Gear Assembly, Renew Propulsion Shafting, Remove, Inspect, and Reinstall Mechanical Shaft Seal Assemblies, Overhaul Propulsion Shaft Bearings (External), Renew Propulsion Shaft, Stern Tube Forward Bearing, Renew Propulsion Shaft, Forward Bearing Housing, Renew Exhaust Piping System, Inspect Sw Heat Exchangers; Clean, Inspect And Hydro Ship Service Diesel Generators (Cat), Both, Renew Speed Doppler, Remove, Inspect, and Reinstall - Doppler Valve, Overhaul Sea Valves and Waster Pieces, Overhaul or Renew Sea Strainers (All Sizes), Renew Steering Gear (General), Overhaul Rudder Assembly, Remove, Inspect and Reinstall Fin Stabilizers (General), Overhaul Grey Water Holding Tank(s), Clean and Inspect Sewage Holding Tank(s), Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean And Flush Forward Void, Preserve Bilge Surfaces, Preserve Stern Tube Interior Surfaces, Preserve 100% Superstructure, Preserve 100% Impressed Current Cathodic Protection System, Inspect and Maintain Impressed Current Cathodic Protection System Anodes, Renew Impressed Current Cathodic Protection System Reference Cells, Renew Impressed Current Cathodic Protection System Dielectric Shield, Renew CAPAC Anode Assembly, Renew Drydock Temporary Services, Provide - Cutter Hull Plating (Side Scan), Ultrasonic Testing Tanks (Dirty Oil), Preserve 100% Tanks (Grey Water Holding), Preserve 100% Tanks (Sewage Collection), Preserve 100% Sea Trial Performance, Support, Provide U/W Body, Preserve 100% Used with Side Scan) Hull Plating Freeboard, Preserve 100% Forward Peak Compartment, Preserve Aft Steering Compartment, Preserve and Insulate AMIO Awning, Install Fire Hose Racks, Instal Ventilation System(s), Commercial Cleaning Voids (Non-Accessible) Internal Surfaces, Preserve Hull, Structural Closures, Renew Grey Water Piping, Renew Sewage Piping, Renew HVAC, Renew Structural Analysis, 3D Laser Scan, Perform Propellers; Remove, Inspect, and Reinstall Companies may respond to this Sources Sought Notice via e-mail to: Cabin.S.Long @uscg.mil or via fax to (757) 628-4628 (Attn: Cabin Long /CPD1-PBPL) no later than 20 December at 10:00AM, Eastern Standard Time. 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. Please provide the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Documentation Verifying Small Business Certification: a. 8(a) status: provide a copy of your 8(a) Certificate from SBA. b. HuBZone status: provide a copy of your HuBZone Certificate from SBA. c. 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. Small Business status: provide documentation to show the business is small under NAICS code 336611. 4. 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. Interested parties: Need to be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov. *Note: 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. 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, 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 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/HSCG80-17-S-P45306/listing.html)
- Place of Performance
- Address: Contractor's facility within the state of HAWAII, Hawaii, United States
- Record
- SN04349809-W 20161215/161213234134-0cc7370ba0c817f465cb5320223e804d (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 |