Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2012 FBO #3777
SOURCES SOUGHT

J -- USCGC WAHOO (WPB-87345) DRYDOCK REPAIRS

Notice Date
3/26/2012
 
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
HSCG80-12-R-P45P41
 
Point of Contact
Shavonda A. Jamison, Phone: 757-441-7036, Kathryn E Stark, Phone: 757 628-4588
 
E-Mail Address
Shavonda.Jamison@uscg.mil, kathryn.e.stark@uscg.mil
(Shavonda.Jamison@uscg.mil, kathryn.e.stark@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC WAHOO (WPB-87345) This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. 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, and (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: DRYDOCK Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) WAHOO (WPB-87345), an 87 Foot "COASTAL" Patrol Boat. The vessel is home ported in USCG GROUP Port Angeles, Ediz Hood Road, Port Angeles, WA. All work will be performed at the contractor facility. This vessel is geographically restricted to a facility located Strait of Juan de Fuca and Puget Sound, WA. Scope of Work: The scope of the acquisition is for the overhauling, cleaning, and repairing of various items aboard the USCGC WAHOO (WPB-87345). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Perform Ultrasonic Thickness Measurements (D) WORK ITEM 2: Perform Ultrasonic Thickness Measurements (O) WORK ITEM 3: Forepeak, Modify (EC 087-A-33) (D) WORK ITEM 4: Dirty Oil Tank, Clean and Inspect (D) WORK ITEM 5: Oily Water Tank, Clean and Inspect (D) WORK ITEM 6: Tanks (MP Fuel Service), Clean and Inspect (D) WORK ITEM 7: Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting WORK ITEM 8: Depth Sounder, Capastic Fairing, Renew (O) WORK ITEM 9: Main Engine/Reduction Gear, Realign (O) WORK ITEM 10: Propulsion Shafts, Remove, Inspect, and Reinstall (D) WORK ITEM 11: Propulsion Shaft, Repair (O) WORK ITEM 12: Propulsion Shaft, Straighten (O) WORK ITEM 13: Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew (O) WORK ITEM 14: Aft Water-Lubricated Propulsion Shaft Bearing, Renew (O) WORK ITEM 15: Intermediate Bearing Carrier, Renew (O) WORK ITEM 16: Aft Bearing Carrier, Renew (O) WORK ITEM 17: Stern Tubes, Interior Surfaces, Preserve 100% (O) WORK ITEM 18: Stern Tubes, Interior Surfaces, Repair (O) WORK ITEM 19: Propellers, Remove, Inspect, and Reinstall (D) WORK ITEM 20: Propeller, Minor Reconditioning and Repairs, Perform (O) WORK ITEM 21: Fathometer Transducer, Renew (D) WORK ITEM 22: Speed Log, Skin Valve Assembly, Clean and Inspect (D) WORK ITEM 23: Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair (D) WORK ITEM 24: Rudder Assemblies, Remove, Inspect and Reinstall (D) WORK ITEM 25: RHIB Notch Skid Pads, Inspect (D) WORK ITEM 26: RHIB Notch Skid Pad Studs, Renew (O) WORK ITEM 27: Stern Launch Door, Remove, Inspect and Reinstall (D) WORK ITEM 28: Grey Water Holding Tank, Clean and Inspect (D) WORK ITEM 29: Sewage Holding Tank, Clean and Inspect (D) WORK ITEM 30: Grey Water Piping, Clean and Flush (D) WORK ITEM 31: Sewage Piping, Clean and Flush (D) WORK ITEM 32: U/W Body, Preserve ("100%") (O) WORK ITEM 33: U/W Body, Preserve ("Partial - 33%") (O) WORK ITEM 34: Cathodic Protection / Zincs, Renew (D) WORK ITEM 35: Drydocking (D) WORK ITEM 36: Temporary Services, Provide (D) WORK ITEM 37: Telephone Service, Provide (D) WORK ITEM 38: Decks - Exterior (Main Deck), Preserve WORK ITEM 39: Weather Tight Door, Fuel Station, Install (TCTO TB6000) WORK ITEM 40: Mast, Preserve ("100%") WORK ITEM 41: Fire Station " Camelback " Rack s, Modify (TCTO TB3 000) WORK ITEM 42: Mooring Bits, Renew ( EC 087-B-037 ) WORK ITEM 43: Main Diesel Engines, Port and Starboard, Renew WORK ITEM 44: Ships Service Diesel Generator Assembly, Port and Stbd, Renew WORK ITEM 45: Hull Structure, Repair WORK ITEM 46: HVAC System, Repair WORK ITEM 47: Interior Deck Covering System, Reseal All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Anticipated Period of Performance: The period of performance is anticipated to be for FORTY-FIVE (45) calendar days with a start date of 11 July 2012 and end date of 24 August 2012. (Subject to change at the discretion of the Government) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 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 Shavonda.Jamison@uscg.mil or via fax to (757) 628-4628 (Attn: Shavonda Jamison/C&P1-PBPL) no later than March 30, 2012 at 3:00PM, Eastern Time 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: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. 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. c. 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. d. 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 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. CCR: Interested parties should register in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. 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 submit information in sufficient detail 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. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-P45P41/listing.html)
 
Record
SN02705694-W 20120328/120326234910-d753ccd7b93a1e04b81cac115ae0b16f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.