Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

J -- 17' CUTTER BOAT-MEDIUM (CB-M) BOW TO STERN MAINTENANCE AND REPAIRS - Statement of Work/Specification

Notice Date
5/10/2017
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-17-Q-53010
 
Archive Date
6/7/2017
 
Point of Contact
Ashley Gilbert, Phone: 4107626317
 
E-Mail Address
ashley.n.gilbert@uscg.mil
(ashley.n.gilbert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
17' CB-M Bow to Stern SOW/Specification for HSCG40-17-Q-53010 This is a SOURCES SOUGHT NOTICE; 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 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 (USCG), Surface Force Logistics Center (SFLC), Baltimore, MD to identify sources capable of providing services to complete maintenance availability on its 17' Cutter Boat-Medium (CB-M) in conjuction with the parent cutter's dry dock on the East Coast at the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226 and on the West Coast at commercial dry dock shipyards located between California and Washington. The Government will allow competitive offers to be submitted for this requirement; however, all offers must provide experience with overhaul of similar Cutter Boat - Medium (CB-M) or provide documentation to prove current bow to stern overhaul capabilities. Concerns having the expertise and required capabilities to provide the services described in this notice are invited to submit complete information discussing the same within 10 calendar days from the day this notice is posted. It is the Government's belief that the use of Original Equipment Manufacturer (OEM) parts will ensure components and processes are sufficient to enable physical and functional interchangeability, as well as meeting source, size, configuration, and performance requirements. Zodiac Hurricane Technologies, Inc., 7830 Vantage Way, Delta, British Columbia, Canada V4G1A7 is the system integrator for the17' CB-M's. Zodiac uses several original equipment manufacturers (OEM) in the construction of the CB-M. OEMs include Zodiac of North America, Shakespeare Marine, Groco ARG Series, SeaStar Solutions, Marine Products International, Centek Industries, Kodiak All Stainless, Volvo Penta, Teleflex Morse, Yanmar, Hamilton Jet, Cole Hersee, Blue Sea Systems, Parker-Hannifin, and ELBE Group. These parts include, but are not limited to, VHF antenna, loudhailer speaker, folding mast, raw water strainer, exhaust hose and elbow, control cables, engine kill switch and cable, 12-volt master panel, various fluids and air filters, sea water pump impeller, engine anodes, engine accessory belt, heat exchanger o-ring and gaskets, radiator cap, wire harnesses, jet drive v-belt, wear ring, insulator, anodes, water bearing, sleeve, and drive shaft. Anticipated Period of Performance: The USCG SFLC intends on awarding one (1) or two (2) requirements contract(s) on a firm-fixed price basis each consisting of one (1) base year and four (4) option years. One (1) award will take place in each United States region as follows: East Coast and West Coast. It is also possible that one firm-fixed price requirements type contract award may be made to the responsible firm with the evaluated capability to provide services on both the East and West coasts. Delivery schedule is critical since expected services are to take place during the vessels availability. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing Services and the size standard is 1,250 employees. This is a 100% total small business set-aside procurement. 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 with the Subject Line: ‘Sources Sought Response for HSCG40-17-Q-53010 to ashley.n.gilbert@uscg.mil no later than May 23, 2017 12:00 p.m., Eastern Time. Email size not to exceed (NTE) 10MB. Submissions shall include 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 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 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. Also include documentation noting capability to furnish the required OEM parts. 6. Past Performance Information: Evidence of experience in work similar in type and scope (work performed on marine vessels only) 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 Teaming Agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Teaming Agreement, 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) 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/USCGELC/HSCG40-17-Q-53010/listing.html)
 
Place of Performance
Address: East Coast: USCG Yard, 2401 Hawkins Point Road, Baltimore, MD 21226, West Coast: Commercial Dry Dock facilities between Washington and California, United States
 
Record
SN04504279-W 20170512/170511000205-f6a6d4d93601e44e2a193ba1d9b84f41 (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.