SOURCES SOUGHT
J -- Drydock Repairs to the USCGC FARALLON (WPB-1301), USCGC HAWK (WPB-87355) and USCGC KEY LARGO (WPB-1324).
- Notice Date
- 5/2/2012
- 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
- D7110FY13-DD
- Archive Date
- 8/30/2013
- Point of Contact
- Louis J Romano, Phone: (757)628-4651, Andrew J. Northcutt, Phone: 7574417032
- E-Mail Address
-
louis.j.romano@uscg.mil, andrew.j.northcutt@uscg.mil
(louis.j.romano@uscg.mil, andrew.j.northcutt@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), or for Small Businesses. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform drydock and repairs to the USCGC FARALLON (WPB-1301) and the USCGC KEY LARGO (WPB-1324), both 110' Coastal Patrol Boats, and the USCGC HAWK (WPB-87355), an 87' Coastal Patrol Boat. The government will award one contract as a result of the solicitation. For this requirement, the vessels are geographically restricted to a facility located within an area no greater than 576 nautical miles one-way and 1,152 nautical miles roundtrip from Miami, Florida. The USCGC FARALLON's homeport is San Juan, Puerto Rico, the USCGC KEY LARGO's homeport is San Juan, Puerto Rico and the USCGC HAWK's homeport is St. Petersburg, Florida. The anticipated Period of Performance for each vessel is as follows: USCGC FARALLON (WPB-1301), October 31, 2012-January 11, 2013 (72 days) USCGC HAWK (WPB-87355), April 3, 2013-May 17, 2013 (44 days) USCGC KEY LARGO (WPB-1324), July 3, 2013-August 30, 2013 (58 days) The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC FARALLON (WPB-1301), the USCGC KEY LARGO (WPB-1324) and the USCGC HAWK (WPB-87355). Work aboard the USCGC FARALLON (WPB-1301) and the USCGC KEY LARGO (WPB-1324) may include, but is not limited to: Hull Plating, U/W Body, Inspect; Hull Plating (U/W Body), Ultrasonic Testing; Aluminum Hull and Structural Repairs - 1/4" Plate; Aluminum Hull and Structural Repairs - 3/16" Plate; Aluminum Hull and Structural Repairs - 5/16" Plate; Hull and Structural Plating Repairs -Crack (Aluminum); Hull and Structural Plating Repairs - Crack (Steel); Hull and Structural Plating Repairs - Eroded Weld (Aluminum); Steel Hull and Structural Plating Repairs (5-Pound); Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound); Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound); Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound); Hull and Structural Plating - 10.0 -Pound Steel, Repair; Appendages (U/W), Leak Test; Appendages (U/W) - Internal, Preserve; Tanks (Fuel Service), Clean and Inspect; Voids (Non-Accessible), Leak Test; Tanks (Fuel Stowage and Overflow), Clean and Inspect; Voids (Non-Accessible), Preserve Internal Surfaces; Tanks (Potable Water), Clean and Inspect; Tanks (Dirty Oil and Waste), Clean and Inspect; Propulsion System, Alignment Check; Propulsion Shafting, Remove, Inspect, and Reinstall; Propulsion Shafting, Renew; Mechanical Shaft Seal Assemblies, Overhaul; Propulsion Shaft Bearings (External), Renew; Propulsion Shaft, Stern Tube Forward Bearing, Renew; Propellers: Remove, Inspect, and Reinstall; Exhaust System, MDE, Inspect; SW Heat Exchangers: Clean, Inspect and Hydro; Fathometer Transducer, Renew; Speed Doppler, Renew, Doppler Valve, Overhaul; Sea Valves and Waster Pieces, Overhaul or Renew; Sea Strainers (All Sizes), Renew; Sea Strainers - Duplex (All Sizes), Overhaul; Steering Gear (General), Overhaul; Rudder Assembly, Remove, Inspect and Reinstall; Fin Stabilizers (General), Overhaul; Tanks, (Grey Water) Clean and Inspect; Tanks, (Sewage Holding) Clean and Inspect; Grey Water Piping, Clean and Flush; Sewage Piping, Clean and Flush; Tanks (Sewage Holding), Preserve "Partial"; Tanks (Grey Water Holding), Preserve "100%"; Tanks (Dirty Oil), Preserve "Partial"; Tanks (Oily Water), Preserve "Partial"; Tanks (Potable Water ), Preserve "Partial"; Bilge Surfaces, Preserve; U/W Body, Preserve "100%"; U/W Body, Preserve "Partial - Condition A"; Stern Tube Interior Surfaces, Preserve 100%; Hull Plating Freeboard, Preserve - Partial; Cathodic Protection System (Bilge and Sea Chest), Renew; Cathodic Protection System, Inspect and Maintain; CAPAC Anode Assembly Renew; Drydocking; Temporary Services, Provide; Data Service, Provide; Sea Trial Performance, Provide Support; Deck Covering (Wet/Dry), Seal; Battery Space Preserve; Aft Steering Compartment, Preserve; Fwd Peak Compartment, Preserve; Lay Days; Composite Labor. Work aboard the USCGC HAWK (WPB-87355) may include, but is not limited to: Perform Ultrasonic Thickness Measurements; Perform Ultrasonic Thickness Measurements; Dirty Oil Tank, Clean and Inspect; Oily Water Tank, Clean and Inspect; Tanks (MP Fuel Service), Clean and Inspect; Pilothouse Deck (Aluminum), Inspect, Preserve, and Renew Electrical Matting; Depth Sounder, Capastic Fairing, Renew; Main Engine/Reduction Gear, Realign; Propulsion Shafts, Remove, Inspect, and Reinstall; Propulsion Shaft, Repair; Propulsion Shaft, Straighten; Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew; Aft Water-Lubricated Propulsion Shaft Bearing, Renew; Intermediate Bearing Carrier, Renew; Aft Bearing Carrier, Renew; Stern Tubes, Interior Surfaces, Preserve 100%; Stern Tube s, Interior Surfaces, Repair; Propellers, Remove, Inspect, and Reinstall; Propeller, Minor Reconditioning and Repairs, Perform; Fathometer Transducer, Renew; Speed Log, Skin Valve Assembly, Clean and Inspect; Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair; Rudder Assemblies, Remove, Inspect and Reinstall; RHIB Notch Skid Pads, Inspect; RHIB Notch Skid Pad Studs, Renew; Stern Launch Door, Remove, Inspect and Reinstall; Grey Water Holding Tank, Clean and Inspect; Sewage Holding Tank, Clean and Inspect; Grey Water Piping, Clean and Flush; Sewage Piping, Clean and Flush; Handrail, Modify; U/W Body, Preserve ("100%"); Hull Plating Freeboard, Preserve - Partial; Hull Plating Freeboard, Preserve ("100%"); Superstructure, Preserve "Partial"; Cathodic Protection/Zincs, Renew; Drydocking; Temporary Services, Provide; Telephone Service, Provide; Decks - Exterior (Main Deck), Preserve; Superstructure, Preserve ("100%"); Lay Days; Composite Labor. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. In accordance with FAR 19.502, 19.1305 and FAR 19.1405, if your firm is a small business, HUBZone certified or a Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond in a letter either by e-mail to Louis.J.Romano@uscg.mil or fax to (757) 628-4630. In your response you must include (a) a positive statement of your intention to submit a quote for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. 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. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuB-Zone 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. 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. Your response is required by May 9, 2012 at 2:00 pm, EST. Contractors are reminded that should this acquisition become a HubZone set aside, FAR 52.219-3, Notice of Total HubZone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-Owned Small Business set aside, or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone, SDVOSB set-aside, or small business set-aside, will be posted in the Fedbizopps website at http://www.fedbizopps.gov. Questions may be referred to Mr. Louis Romano at (757) 628-4651.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/D7110FY13-DD/listing.html)
- Place of Performance
- Address: The place of performance will be at the contractor's facility which is geographically restricted to a facility no greater than 576 nautical miles one-way and 1,152 nautical miles round-trip, from Miami Beach, Florida., United States
- Record
- SN02737466-W 20120504/120502235926-5196862ac16de7dc39b10cae4fae20b4 (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 |