Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

J -- FY 24 DOCKSIDE REAIRS OF CGC CALHOUN (WMSL 759)

Notice Date
6/27/2023 12:23:07 PM
 
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
70Z08524SSNLRECALHOUN
 
Response Due
7/26/2023 2:00:00 PM
 
Archive Date
08/10/2023
 
Point of Contact
Valerie S Rivera-Chase, Phone: 5104375422, Kiku Khan, Phone: 5719708307
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil, kiku.k.khan@uscg.mil
(Valerie.S.RiveraChase@uscg.mil, kiku.k.khan@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform dockside repairs of CGC CALHOUN (WMSL 759), a 418 National Security cutter, home ported in Charleston, S.C.� 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 including whether to set-aside the procurement for small business or other set-aside programs. �The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. To increase market competition, CGC CALHOUN �dockside repairs will be at the vessels home berth in Charleston, SC. However, all work covered under this requirement will be performed and accomplished at a commercial shipyard, Carvers Maritime, in Charleston, SC.� Currently, CGC CALHOUN is going through their PSA (Post Availability Shakedown) at Carvers Maritime. TENTATIVE PERIOD OF PERFORMANCE:� The period of performance for this requirement will be 03 January 2024 through 28 February 2024. Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for both cutters.� Sampling of work to be performed: DESCRIPTION: Fire Prevention, Provide Fire Detection System, Inspect and Test Cargo Handling Elevator, Annual Inspection and Test, Perform AFFF Bilge Sprinkling Piping, Modify Point of Use Potable Water Filters, Install Flight Deck Floodlight Transformer (Motor Driven-Auto), Relocate Aft Gray Water Piping, Modify FWD Gray Water Tank Strainers, Install Tanks (MP Fuel Storage and Overflow), Clean and Inspect Temporary Services, Provide Refrigeration Space QAWTD, Modify Overhead Insulation, Install�� Storage Cages, Install 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 Valerie.s.riverachase@uscg.mil and Kiku.K.Khan@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 26 July 2023 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. 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 336611 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/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. 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 www.sams.gov website. It is the potential offeror's responsibility to monitor www.sams.gov 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://sam.gov/opp/ad3cf5415e644360bc28016fdbe912db/view)
 
Place of Performance
Address: Charleston, SC, USA
Country: USA
 
Record
SN06730113-F 20230629/230627230049 (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.