Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2020 SAM #6756
SOURCES SOUGHT

J -- DRY-DOCK & REPAIRS OF CGC STRATTON (WMSL 752)

Notice Date
5/27/2020 11:49:32 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08521SSSTRADD
 
Response Due
6/18/2020 2:00:00 PM
 
Archive Date
07/03/2020
 
Point of Contact
Valerie S Rivera-Chase, Phone: 5106375972, Fax: 5106375978
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil
(Valerie.S.RiveraChase@uscg.mil)
 
Description
The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform DRY-DOCK AND REPAIRS of CGC STRATTON (WMSL 75), a 418 foot national security cutter, home ported in Alameda, CA.� A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine method of procurement.� This requirement will be UNRESTRICTED. �The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. There will be a geographical restriction for CGC STRATTON.� The geographical restriction for this requirement West Coast of United States, including Hawaii and Alaska. TENTATIVE PERIOD OF PERFORMANCE: ��04 January 2021 through 29 March 2021. Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for both cutters.� Sampling of work to be performed: ����� Hull Plates (Freeboard), Inspect ����� Hull Plates (U/W Body), Inspect ����� Chain Lockers and Sump, Clean and Inspect ����� Propulsion Shaft Coverings, Renew ����� Propulsion Shaft Seals (Mechanical), Overhaul ����� Anchors Chains and Ground Tackles, Inspect and Preserve ����� Chain Lockers and Sump, Preserve ����� Mast, Preserve (Full) ����� Shafting System (Internal Surfaces), Preserve ����� Voids (Non-Accessible), Preserve ����� Drydocking, Accomplish ����� General Welding, Provide ����� Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect ����� Tanks (MP Fuel Stowage and Overflow), Clean and Inspect ����� Tanks (MP Fuel Service), Clean and Inspect ����� Tanks (Potable Water), Clean and Inspect ����� Tanks (Ballast), Clean and Inspect ����� Voids (Non-Accessible), Leak Test ����� Propeller Shaft Sleeve, Skim Cut ����� Propulsion Shaft Bearing (Strut and Stern Tube) Stave, Renew ����� Stern Tube Shaft Sleeve, Skim Cut ����� Propulsion Shafting, Remove, Inspect, and Reinstall ����� Propulsion Shaft Coating, Renew �BOTH� ����� Propulsion Shaft Alignment & Bearings (External) Clearances, Check ����� Controllable Pitch Propeller System, Perform General Maintenance ����� Controllable Pitch Propeller Hub Assembly, General Maintenance ����� Sea Valves� and Waster Pieces, Overhaul Or Renew ����� Seawater Strainers (All Sizes), Overhaul and Inspect ����� Steering Actuator, Overhaul ����� Rudder Stock Bearings, Check Clearances ����� Rudder, Inspect and Repair ����� Rudder Stock Seals, Overhaul ����� Bow Thruster Unit (General), Overhaul ����� Grey Water Holding Tank(s) and Lift Stations, Clean and Inspect ����� Stern Ramp, Preserve 100% ����� Tanks (Ballast), Preserve �100%� ����� Tanks (Aviation Fuel, Storage), Preserve �100%� ����� Tanks (Grey Water Holding and Lift Stations), Preserve �100%� ����� Tanks (MP Fuel Storage and Overflow), Preserve �100%� ����� U/W Body Hull, Preserve (Full) ����� Freeboard, Preserve (Full) ����� Cathodic Protection (Zincs), Renew ����� Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew ����� Impressed Current Cathodic Protection System, Inspect and Maintain ����� Impressed Current Cathodic Protection System Reference Cells, Renew ����� Deck Covering (Slip-Resistant) Mast, Renew ����� Vessel in Drydock Temporary Services, Provide ����� Sea Trial Performance, Support, Provide ����� Sideport Shell Door, Level 2, Inspect and Repair ����� Fuel Oil Transfer Piping, Renew ����� Plates, Renew������������������������������������������������������������������������������������������������������������������������������������������ ����� Tenting, Provide�������������������������������������������������������������������������������������������������������������������������������������� ����� Tank Sounding Tube, Replace������������������������������������������������������������������������������������������������������������������ ����� Ship Service Diesel Generator (No. 3) Exhaust Piping, Modify������������������������������������������������������������������� ����� STBD Potable Water Shore Tie Connection, Relocate�������������������������������������������������������������������������������� ����� Sewage Shore Tie, Modify����������������������������������������������������������������������������������������������������������������������� ����� Auxiliary Seawater Piping, Modify������������������������������������������������������������������������������������������������������������� ����� Stern Ramp Rails, Modify������������������������������������������������������������������������������������������������������������������������ ����� Doppler Speed Log, General Maintenance������������������������������������������������������������������������������������������������� ����� Fathometer Transducer (Deep Water), General Maintenance���������������������������������������������������������������������� ����� Shallow Water Transducer, Renew������������������������������������������������������������������������������������������������������������ ����� Doppler Speed Log Valve, Overhaul���������������������������������������������������������������������������������������������������������� ����� Cascade Orifical Resistive Device, Clean And Inspect�������������������������������������������������������������������������������� 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.� Attached to this sources sought notice is a questionnaire for this requirement that must be submitted with company�s response to this notice. Companies may respond to this Sources Sought Notice via e-mail to Valerie.s.riverachase@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 18 June 2020 with 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; 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 3366 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 and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, 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), formerly known as Central Contractor Registration (CCR), 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; 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
SAM.gov Permalink
(https://beta.sam.gov/opp/9d8693d2bcde4deaa11823199e306661/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05672219-F 20200529/200527230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.