SOURCES SOUGHT
J -- Sources Sought for CGC HEALY Dockside FY18
- Notice Date
- 7/18/2017
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-17-I-P45004
- Archive Date
- 8/15/2017
- Point of Contact
- Amy A. Kelm, Phone: 2062176767
- E-Mail Address
-
amy.a.kelm@uscg.mil
(amy.a.kelm@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential businesses. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The U.S. Coast Guard Surface Forces Logistics Center is conducting market research for potential qualified contractors for the dock side of the Coast Guard Cutter (CGC) HEALY from 09January2018 to 06April2018 in Seattle, WA. CGC HEALY, the Coast Guards largest vessel, is 420 feet long, 82 feet wide, drafts 31 feet (at full load), and weighs 16,600 long tons (at full load). NAICS Code for this requirement: 336611 - Ship Building and Repairing FSC Code for this requirement: J999 - Non-Nuclear Ship Repair (West) Size Standard: 1,250 Employees CGC HEALY is homeported in Seattle, WA at 1519 Alaskan Way S Seattle, WA 98134. Significant work to be accomplished: • Fuel Oil Purifier (FOP) Overhaul • Lube Oil Purifier (LOP) Overhaul • Internal Hoist, Level 1 Inspect and Test • Superstructure, Preserve - Partial • Temporary Services, Provide - Cutter • Sea Trial Performance, Support, Provide • Boiler, Annual Maintenance • Miscellaneous Lifting Equipment, Weight Test • Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) • Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System) • Port and Starboard Miranda davit, Annual Inspect and Repair • 04 Deck Crane (Port) TB 100-55, Annual Inspect and Test • 04 Deck Crane (Starboard) TB 100-55, Biennial Overhaul • A-Frames, Biennial Inspection • Aft Port Crane K15-45, Biennial Overhaul • Aft Stbd Crane K15-45 Repairs • Bow Crane TB 60-65, Biennial Overhaul • Flex Hose Assemblies, Renew • Pressure Gauges and Thermometers, Calibrate • Piping Insulation, Renew • System Relief Valves, Test • RTD Sensors And Thermocouples, Calibrate • Valves, Overhaul • Valves, Renew • Tow Bit Deck Socket, Repair • Anchor Windlass, Perform Maintenance (Level 2) • Oily Water Separator, Overhaul • Sewage Holding Tank(s), Clean and Inspect • Grey Water Holding Tank(s), Clean and Inspect • Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift • Vent Ducts (Engine And Motor Room All), Commercial Cleaning • Vent Ducts (Galley and Pantry Room All), Commercial Cleaning • Vent Ducts (Laundry Exhaust), Commercial Cleaning • Vent Ducting Various Systems, Renewal • Flight Deck Nets, Overhaul, 5 Year • Auxiliary Diesel Generator (ADG) Exhaust Piping, Commercial Clean • Deck Covering (Wet/Dry), Renew - 100% • Deck Preserve - 100% • Deck Covering (Carpeting) 04 Deck, Renew • Deck Covering, Electrical Matting, Renew • Deck Preserve, Partial • Deck Covering Renewal (Vinyl Tile) • Padeyes, NDT Inspection • 04 Level BERPS, Preservation and Repair • JP-5 Sensing Line, Relocate • Line-Up Lights, Renew • Ship Service Refrigeration Plants, Install New • Refrigeration Space Deck Repairs • Line-Up Lights, Renew (Optional) • Deck Socket, Modify (Optional) • Deck Socket Renewal (Optional) Interested parties shall submit a capability statement that includes the following: 1) The following company information: a) Point of Contact name, address, email address and phone number, b) CAGE Code and DUNS number, and c) indicate if large or small business concern; if a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or Service Disabled Veteran Owned Small Business; 2) Description of firm's qualifications and capabilities relevant to fulfilling the above requirement; and, 3) Past performance information that demonstrates successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. The Government intends to advertise a solicitation for this project in late August 2017/early Septmeber2017. At this time, a solicitation does not exist; therefore, offers shall not be accepted. It is the potential Offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. Response deadline: 09:00 a.m. Pacific Standard Time 31July2017. No cost or pricing data is required. All responsible sources may submit a capability statement, which will be considered by the agency. Insert - Sources Sought Response to HSCG85-17-I-P45004 in the subject line. Please send via e-mail to Contract Specialist, Amy Kelm, at Amy.A.Kelm@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-17-I-P45004/listing.html)
- Place of Performance
- Address: 1519 Alaskan Way S, Seattle, Washington, 98134, United States
- Zip Code: 98134
- Zip Code: 98134
- Record
- SN04583830-W 20170720/170718234815-92683468ba0ba5a4abf6a482d76ca7cb (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 |