SOURCES SOUGHT
20 -- USCGC MAPLE DOCKSIDE Post Mid-Life Maintenance Availability (MMA)
- Notice Date
- 5/17/2018
- 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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- USCGC_MAPLE_DOCKSIDE_Avail_FY18
- Point of Contact
- Patrick D. Brown, Phone: 7576284588
- E-Mail Address
-
Patrick.D.Brown@uscg.mil
(Patrick.D.Brown@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: DOCKSIDE-REPAIRS-CGC-MAPLE Post Mid-Life Maintenance Availability (MMA) Notice Type: Sources Sought The U.S. Coast Guard is looking for sources which would be interested in performing dockside repairs for Coast Guard Cutter MAPLE Post MMA. The performance period of this upcoming dockside is 26 November 2018 to 25 January 2019. It is anticipated requests for quotes will be issued approximately 29 June 2018 and the contract would be awarded around 27 September 2018. MAPLE is a 225' Seagoing Buoy Tender home ported in Atlantic Beach, NC. There are approximately 19 work items in the requirement and the sampling of work items (tentative list) to be performed is listed as follows: WORK ITEM 1: Hydraulically Operated Cargo Hatch, Inspect and Service WORK ITEM 2: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean WORK ITEM 3: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean WORK ITEM 4: Vent Ducts (Engine and Motor Room All), Commercial Cleaning WORK ITEM 5: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning WORK ITEM 6: Vent Ducts (Laundry Exhaust), Commercial Cleaning WORK ITEM 7: Vent Ducts (All Other), Commercial Cleaning WORK ITEM 8: Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift WORK ITEM 9: Hydraulic Chain Stoppers, Inspect and Service WORK ITEM 10: Cross deck Winches, Inspect and Service WORK ITEM 11: Mechanical Chain Stoppers, Inspect and Service WORK ITEM 12: Warping Capstan, Inspect and Service WORK ITEM 13: Commissary Hoist, Inspect and Service WORK ITEM 14: Temporary Services, Provide - Cutter WORK ITEM 15: Buoy Deck Auxiliary Cleat & Snubbing Winch Install WORK ITEM 16: Buoy Deck Led Flood Lights, Replace WORK ITEM 17: Deck Covering (Interior Wet/Dry), Renew WORK ITEM 18: Deck Covering, Carpeting, Renew WORK ITEM 19: Deck Covering, Wet/ Dry, Seal GEOGRAPHICAL RESTRICTION MAY OR MAY NOT BE RESTRICTED Companies which would be interested in submitting a proposal for this requirement should reply to this sources sought notice noting their business size status such as large business, small business, HUBZone, Service-Disabled Veteran-owned, Women Owned Small Business etc.... Further if there are no past performance evaluations on file in the Past Performance Information System Retrieval database, contractors should provide a couple past performance references including the following information: contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Replies should be sent by 30 May 2018, 11:00 am Eastern Standard Time to: Patrick.D.Brown@uscg.mil Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted. After the determination a combined synopsis/solicitation will be posted on this website (https://www.fbo.gov/). The NAICS Code is 336611. The small business size standard is less than 1250 employees. Contractors are reminded that in the case of a HUB Zone set-aside, FAR 52.219-3, "Notice of HUBZone Set-Aside or Sole Source Award" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small businesses. Contractors are also reminded that in the case of a Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, "Notice of Service-Disabled Veteran-Owned Small Business Set-Aside" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other service disabled veteran owned small businesses. Additionally, regarding FAR 52.219-30 "Notice of Set A-Side For Women-Owned Small Business Concerns...": A women-owned small business (WOSB) concern eligible under the WOSB Program, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Primary Point of Contact: Patrick Brown, Patrick.D.Brown@uscg.mil Phone: (757) 628-4588
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/USCGC_MAPLE_DOCKSIDE_Avail_FY18/listing.html)
- Record
- SN04927276-W 20180519/180517231327-260a8e8e04d42b3507d9679e9a1035c1 (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 |