Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

J -- USCGC KIMBALL Dockside FY25 FQ3

Notice Date
2/19/2025 12:33:57 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
70Z08525SLREP0003
 
Response Due
3/5/2025 1:00:00 PM
 
Archive Date
03/20/2025
 
Point of Contact
William Zittle, Phone: 4107626485, Richard Rawlings, Phone: 2068152112
 
E-Mail Address
william.r.zittle@uscg.mil, richard.n.rawlings@uscg.mil
(william.r.zittle@uscg.mil, richard.n.rawlings@uscg.mil)
 
Description
Dockside: USCGC KIMBALL DS FY25 FQ3 This requirement is for the Contractor to provide all necessary labor, services, supplies, materials, equipment power, accessories, personnel, and other things as necessary, except otherwise specified to perform dockside repairs to the USCGC KIMBALL (WMSL-756), a 418-foot National Security Cutter in accordance with the solicitation, schedule, and specifications. Work includes, but is not limited to the following: WORK ITEM 1: Fire Prevention, Provide WORK ITEM 2: Tanks (Ballast), Clean and Inspect WORK ITEM 3: Tanks (Ballast), Preserve (100%) - OPTIONAL WORK ITEM 4: Tanks (Ballast), Preserve (Partial) - OPTIONAL WORK ITEM 5: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 6: Compressed Air Receivers, Clean, Inspect and Test WORK ITEM 7: Helicopter-In-Flight Refueling Hose, Test WORK ITEM 8: Cargo Handling Elevator, Inspection and Repair WORK ITEM 9: Talon Grid (Type 18-08), Inspect and Test WORK ITEM 10: Tenting (Flight Deck), Provide WORK ITEM 11: Deck Covering (Slip-Resistant) Flight Deck, Renew SUBMISSION of INFORMATION: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail, with subject line: SSN KIMBALL DS FY25 FQ3, Richard Rawlings at Richard.N.Rawlings@uscg.mil and William Zittle at William.R.Zittle@uscg.mil no later than the date identified within this notice with the following information/documentation: Name of Company, Address, and Unique Entity Identification Number (UEID) Point of Contact, E-Mail Address, and Phone Number Business Size and applicable to the NAICS Code 8(a) Small Business Concern HubZone Small Business Concern Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern Veteran-Owned Small Business (VOSB) Concern Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern Woman-Owned Small Business (WOSB) Concern Small Business Concern Large Business Concern Documentation Verifying Small Business Certification Statement: Statement on how you company will complete the work items 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. Past Performance Information: Evidence of experience in work in similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and point of contacts to include e-mail addresses 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 Subpart 4.1102(a). SAM can be obtained by accessing the internet at www.sam.gov or by calling the Federal Service Desk (FSD) at 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 deciding 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. Currently 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 the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website 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. To receive the technical package and drawings associated with this requirement interested firms will need to complete and sign Attach 1_DHS-110006 Non-Disclosure Agreement and provide their active Joint Certification Program (JCP) certification number. You may do so now in order to receive the drawings package immediately upon release of the Solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/714ef591a59c45ba92a3981bf569fa10/view)
 
Place of Performance
Address: Honolulu, HI, USA
Country: USA
 
Record
SN07347284-F 20250221/250219230038 (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.