Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

J -- CGC THUNDERBAY DOCKSIDE REPAIRS

Notice Date
11/7/2019
 
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
DS-CGCTHUNDERBAYFY20
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591, Timothy Shuhart, Phone: 757-628-4602
 
E-Mail Address
Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil
(Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS for the USCGC THUNDER BAY (WTGB 108). 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: WORK ITEM 1: Tank (Water Mist), Clean And Inspect; WORK ITEM 2: Tanks (Potable Water), Clean and Inspect; WORK ITEM 3: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean; WORK ITEM 4: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean; WORK ITEM 5: Boiler Exhaust Stack Uptakes, Commercial Clean; WORK ITEM 6: Bubbler Diesel Engine Exhaust Piping, Commercial Clean; WORK ITEM 7: Vent Ducts (Engine And Motor Room All), Commercial Cleaning; WORK ITEM 8: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning; WORK ITEM 9: Vent Ducts (Laundry Exhaust), Commercial Cleaning; WORK ITEM 10: Engine Room Ventilation Fans and Dampers, Overhaul; WORK ITEM 11: Sea Strainers (All Sizes), Renew; WORK ITEM 12: Anchor Windlass, Inspect and Service; WORK ITEM 13: Vertical Capstan, Inspect and Service; WORK ITEM 14: Grey Water Holding Tank(s), Clean and Inspect; WORK ITEM 15: Sewage Holding Tank(s), Clean and Inspect; WORK ITEM 16: Sewage Piping, Clean And Flush; WORK ITEM 17: Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) ; WORK ITEM 18: Compartment Insulation (General), Renew; WORK ITEM 19: Deck Covering (Interior Wet/Dry), Renew; WORK ITEM 20: Vent Ducts, Renew; WORK ITEM 21: Water Mist Stand Pipe, Repair; WORK ITEM 22: Anchor Guide Plate, Replace; WORK ITEM 23: Seawater ; Temperature Control Valves and Controller, Overhaul Anticipated Period of Performance: Anticipated start date on or about 09 JUNE 2020 through 21 July 2020. (Subject to change at the discretion of the Government). The vessels' homeport is 54 TILLSON AVENUE, ROCKLAND, ME 04841-3417. The work shall be performed at the vessel's homeport. 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: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 21 November 2019 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. 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. 4. Documentation Verifying Small Business Certification. 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 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. 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. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DS-CGCTHUNDERBAYFY20/listing.html)
 
Place of Performance
Address: 54 TILLSON AVENUE, ROCKLAND, Maine, 04841-3417, United States
Zip Code: 04841-3417
 
Record
SN05491894-W 20191109/191107230756-0b18abf6b423489fe6ecc7917e752b85 (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  © 1994-2020, Loren Data Corp.