SOURCES SOUGHT
20 -- CGC ROBERT YERED DOCKSIDE REPAIRS - Specification for Dockside Repairs - sources sought
- Notice Date
- 4/10/2018
- 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
- 70Z080-18-Q-P4588100
- Point of Contact
- Jaime R. Warren, Phone: 7576284646, Tracey Strawbridge, Phone: 7576284644
- E-Mail Address
-
Jaime.R.Warren@uscg.mil, Tracey.Strawbridge@uscg.mil
(Jaime.R.Warren@uscg.mil, Tracey.Strawbridge@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Spec USCGC ROBERT YERED 70Z080-18-Q-P45881000 SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS TO THE CGC ROBERT YERED 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. 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: DOCKSIDE Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the USCGC ROBERT YERED, an 154-Foot Fast Response Cutter. The vessel is home ported in Miami Beach, FL. All work will be performed at the vessel's sector homepier located at 100 MacArthur Causeway, Miami Beach, FL 33139. SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE repairs of the USCGC ROBERT YERED. This work will include, but is not limited to the following work items: D-001 HVAC C2 Compressor, Renew D-002 154WPC MDEs, Renew D-003 Sewage and Grey Water System, Clean and Inspect D-004 HVAC C1 Compressor, Renew D-005 BHD Penetrations and Brackets, Remove D-006 HVAC Duct System, Clean D-007 Interior Wet Deck Coverings, Reseal D-008 Machinery Ventilation System, Clean D-009 Weatherdeck Non-Skid Surfaces, Preserve D-00A GFP Report NSP USCGC ROBERT YERED 70Z080-18-Q-P45881000 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 Ninety (90) calendar days with a start date of 09 July 2018 through 05 October 2018 (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. ~~~~~~~~~~~~~~~~~~ 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: Jaime.R.Warren@uscg.mil or via fax to (757) 628-4628 (Attn: Jaime Warren/C&P1-PBPL) no later than 24 April 2018 at 10:00AM, Eastern Time. **Please provide the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number 4. Documentation Verifying Small Business Certification 5. Statement of Proposal Submission: USCGC ROBERT YERED 70Z080-18-Q-P45881000 6. Past Performance Information 7. Technical Evaluation Factors Technical Evaluation Factors for the USCGC ROBERT YERED FY18 DS Contract Strategy for Meeting Technical/Schedule Requirements - Submit a written description of your strategy for ensuring that this contract ends on or before the date specified herein. This shall include: 1) 2) 3) 4) 5) 6) USCGC ROBERT YERED 70Z080-18-Q-P45881000 disconnecting/reconnecting complex control circuits, thorough system operational testing and sea trails, etc. 7) interface with the 154WPC platform. Prepare a draft/bulleted/outline of the submission described by "3.1.5 Removal and Reinstallation Plan" in the"154WPC MDE, Renew" work item. Incorporate this submission into your Strategy for Meeting Technical/Schedule Requirements submission under the GENERAL heading, above. 8) for the USCGC ROBERT YERED FY18 DS Contract internal or subcontracted staff, for the aluminum superstructure weld joints that will be installed. 9) Guard Base due to bridge construction/repairs, forcing the use of a barge mounted crane. Specify one or more potential sources of supply for the crane. 10) 11) 12) Subpart F) certification. ~~~~~~~~~~~~~~~~~~~~ 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. USCGC ROBERT YERED 70Z080-18-Q-P45881000 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. Certified HVAC Technician - For the "HVAC C2 Compressor, Renew" and "HVAC C1 Compressor, Renew" work items, provide supporting evidence (e.g. résumé w/photo-copy of cert card, etc.) that all refrigerant work will be performed by an individual possessing a current Environmental Protection Agency (EPA) Technician, Type Universal (40 CFR Part 82, Coatings Certification Requirements - For the "Weatherdeck Non-Skid Surfaces, Preserve" work item, submit a description of how you intend to meet SFLC STD SPEC 0000 coatings QC/QA requirements for this work item. This plan must include the names of any subcontractors and resumes for any proposed QP1 certified painters and/or independent NACE CIP Level 3 inspectors. Sewage and Grey Water System Cleaning Procedures - Submit a description of the methods that will be employed to clean the sewage and grey water system piping and tanks (e.g. chemical cleaning, pressure washing, etc.) and a description of the subcontracting plan. Barge Crane Strategy - For the "154WPC MDEs, Renew" work item, submit a description of how you intend to meet the requirement specified in paragraph 3.1.9 referring to the prohibition of bringing cranes onto the Coast Welding Certifications/Procedures - For the "154WPC MDEs, Renew" work item, submit welding documentation (e.g. WPSs, welder certs, etc.) in accordance with SFLC Standard Specification 0740_STD, specific to your Technical Evaluation Factors All of these activities and tasks will be affected by the specific way the MTU engines Plan for Addressing High Risk Activities/Tasks - For the "154WPC MDEs, Renew" work item, successful completion of this contract will require significant removal/reinstallation of interferences, significant disassembly and reassembly of complex machinery, rigging & handling of large/heavy components, MTU 20V4000 Maintenance Experience - For the "154WPC MDEs, Renew" work item, provide a written description of prior experience performing major MTU 20V4000 maintenance, such as a description of successfully completing one, or more, similar contracts/projects. MTU Engine Maintenance Qualification Requirements - For the "154WPC MDEs, Renew" work item, provide certification, and supporting evidence (e.g. résumé, etc.), showing that at least one on-site employee or subcontractor will possess a QL3 training certification and that an MTU 1B dongle for the MTU 20V4000 engines is in your legal possession. Welding Certifications/Procedures - For the "BHD Penetrations and Brackets, Remove" work item, submit welding documentation (e.g. WPSs, welder certs, etc.) in accordance with SFLC Standard Specification 0740_STD, specific to your internal or subcontracted staff, for the bhd patch weld joints that will be installed. a list of items that you believe pose the most contract schedule risk and how you intend to mitigate or eliminate each risk. a simple, hand-drawn Gantt chart showing proposed schedule, resources, completion-dates, float, major-milestones, and any other relevant information for the various tasks required to complete this contract and : 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. 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. : 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.. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/70Z080-18-Q-P4588100/listing.html)
- Place of Performance
- Address: 100 McArthur Causeway, Miami Beach, Florida, 33139, United States
- Zip Code: 33139
- Zip Code: 33139
- Record
- SN04884358-W 20180412/180410230857-181a51d813cdd5ff56f938262cd3f7d4 (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 |