Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOURCES SOUGHT

J -- CGC SENECA DRYDOCK REPAIRS FY17

Notice Date
5/3/2017
 
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
HSCG8017QP45E90
 
Archive Date
5/3/2018
 
Point of Contact
Mable L. Lee, Phone: 757-628-4820, Kaity Ramirez-Chavarria, Phone: 757-628-4640
 
E-Mail Address
mable.l.lee@uscg.mil, kaity.ramirez-chavarria@uscg.mil
(mable.l.lee@uscg.mil, kaity.ramirez-chavarria@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE USCGC SENECA (WMEC 906) DRYDOCK REPAIRS FY17 This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ; not a pre-solicitation notice or solicitation for proposals/quotations. 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, and (3) determine the commercial practices of companies 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 Forces Logistics Center, Norfolk, VA to identify sources capable of providing the following: DRYDOCK REPAIRS SPECIFICATION : (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) SENECA (WMEC 906), a 270 Foot Medium Endurance Cutter. The vessel is home ported in Boston, MA. All work will be performed at the contractor's facility. There is no geographical restriction for this cutter. SCOPE OF WORK : The scope of the acquisition is for the DRYDOCK repairs of the USCGC SENECA (WMEC 906). This work will include, but is not limited to the following Work Items: WORK ITEM 1: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 2: Appendages (U/W), Leak Test WORK ITEM 3: Propulsion Shaft Fairwaters and Rope Guards, Inspect WORK ITEM 4: Appendages (U/W) - Internal, Preserve WORK ITEM 5: Voids (Non-Accessible), Leak Test WORK ITEM 6: Voids (Non-Accessible), Internal Surfaces, Preserve WORK ITEM 7: Propulsion Shafting, Strain Gage Alignment, Inspect WORK ITEM 8: Propulsion Intermediate/Line Shafts, Inspect WORK ITEM 9: Propulsion Shaft Seal (Mechanical and Inflatable) Assemblies, Inspect and Repair or Renew WORK ITEM 10: Propulsion Shafting, Optical or Laser Alignment Check WORK ITEM 11: Propulsion Shaft Bearings (External), Renew WORK ITEM 12: Propulsion Stern Tube Bearings, Renew WORK ITEM 13: Work Item Deleted WORK ITEM 14: Controllable Pitch Propeller Hubs, Remove, Inspect and Reinstall WORK ITEM 15: Controllable Pitch Propeller (CPP) Oil Distribution (OD) Box, Inspect and Service WORK ITEM 16: Work Item Deleted WORK ITEM 17: Controllable Pitch Propeller Hub Assembly, Renew WORK ITEM 18: Fathometer Transducer, Renew WORK ITEM 19: Doppler Speed Log Transducer, Clean and Inspect WORK ITEM 20: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 21: Sea Strainers - Duplex (All Sizes), Overhaul WORK ITEM 22: Sea Strainers - Simplex (All Sizes), Clean and Inspect WORK ITEM 23: Work Item Deleted WORK ITEM 24: Rudder Assembly; Remove, Inspect and Reinstall WORK ITEM 25: Fin Stabilizers (Bearings, Packing, Stock/Blade), Repair or Renew WORK ITEM 26: U/W Body, Preserve (100%) WORK ITEM 27: Hull Plating Freeboard, Preserve - Partial WORK ITEM 28: Superstructure, Preserve "Partial" WORK ITEM 29: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 30: Drydock WORK ITEM 31: Temporary Services, Provide - Cutter WORK ITEM 32: Bathythermograph Launching Tube, Remove (TCTO_TU2000) WORK ITEM 33: Install Ballast Box and Lead Pig Ballast Ingots (TCTO_TN6000) WORK ITEM 34: Fuel Overflow Piping, Repair (CSMP 20150011) WORK ITEM 35: Shaft Seal Mounting Flanges, Renew (CSMP 20150013) WORK ITEM 36: Bilges (Auxiliary Machinery II, Engine Room and Aft Steering), Preserve and Repair (CSMP 20160027, 0032, 0034) WORK ITEM 37: Ballast Tank, Repair (CSMP 20160028) WORK ITEM 38: Fueling Stations, Overhaul (CSMP 20160031) WORK ITEM 39: Propulsion Shafting; Remove, Inspect, and Reinstall WORK ITEM 40: Propulsion Propeller Shafts, Renew WORK ITEM 41: Propulsion Shaft Coating, Renew WORK ITEM 42: Propulsion Shafting, Straighten WORK ITEM 43: Controllable Pitch Propeller (CPP) System, Inspect and Service WORK ITEM 44: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 45: Auxiliary Salt Water Pump, Renew (CSMP 20160033) WORK ITEM 46: Lead Dust (Engine Room), Clean 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 for eighty-four (84) calendar days with a start date of 13 Sep 2017 and end date of 06 Dec 2017. (Subject to change at the discretion of the Government) ANTICIPATED NAICS CODE/SIZE STANDARD : The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 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 Mable Lee at mable.l.lee@uscg.mil or via fax to (757) 628-4562 (Attn: Mable Lee/C&P1-MEC) no later than 12:00 pm on 18 May 2017 Eastern Standard Time (EST) with 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; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large 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 Disabled 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 VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. g. 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 and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM : Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes : 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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. 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. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, 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/HSCG8017QP45E90/listing.html)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN04494686-W 20170505/170503235146-83fae517a97fb1b60cf4b59aa2350747 (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.