SOURCES SOUGHT
20 -- D8 GULF COAST DUAL CUTTER DRYDOCK
- Notice Date
- 5/8/2012
- 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
- GULF_COAST_DUAL_CUTTER_DRYDOCK
- Point of Contact
- Nancy M Brinkman, Phone: 757-628-4579, Louis J Romano, Phone: (757)628-4651
- E-Mail Address
-
Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil
(Nancy.M.Brinkman@uscg.mil, louis.j.romano@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC AMBERJACK (WPB-87315) AND CGC STURGEON (WPB-87336) 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 and perform repairs to the U.S. Coast Guard Cutters USCGC AMBERJACK (WPB-87315) and USCGC STURGEON (WPB-87336), both 87 Foot Patrol Boats. GEOGRAPHICAL RESTRICTION: Both CGC AMBERJACK and CGC STURGEON are restricted to 1200 nautical miles one-way or 2400 round-trip from Galveston, TX. CGC AMBERJACK's homeport is South Padre Island, Texas and USCGC STURGEON's homeport is Grand Isle, Louisiana. PERIOD OF PERFORMANCE: The anticipated Period of performance for CGC AMBERJACK is eighty-eight (88) calendar days and for CGC STURGEON is sixty (60 calendar days: USCGC AMBERJACK, October 29, 2012 - January 25, 2013 USCGC STURGEON, April 3, 2013 - June 1, 2013 The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the CGC AMBERJACK and CGC STURGEON. This work may include, but is not limited to the following work items: CGC AMBERJACK PERFORM ULTRASONIC THICKNESS MEASUREMENTS (D) PERFORM ULTRASONIC THICKNESS MEASUREMENTS (O) Bilge Surfaces (Lazarette), Preserve ("100%") Bilge Surfaces ( Engine Room ), Preserve ("100%") Preserve Bilge Surfaces (100%) and Renew Galley and Mess Deck DIRTY OIL TANK, CLEAN AND INSPECT (D) OILY WATER TANK, CLEAN AND INSPECT (D) TANKS (MP FUEL SERVICE), CLEAN and INSPECT (D) Tanks (Potable Water), Clean and Inspect Voids (Accessible), Clean and Inspect Superstructure, Preserve ( "100%" ) PILOTOUSE DECK (ALUMINUM), INSPECT, PRESERVE, AND RENEW ELECTRICAL MATTING (D) DEPTH SOUNDER, CAPASTIC FAIRING, RENEW (O) Main Engine/Reduction Gear, Realign (O) Propulsion Shafts, Remove, Inspect, and Reinstall (D) PROPULSION SHAFT, REPAIR (O) PROPULSION SHAFT, STRAIGHTEN (O) INTERMEDIATE WATER-LUBRICATED SHAFT BEARINGS, RENEW (O) AFT WATER-LUBRICATED SHAFT BEARING, RENEW (O) INTERMEDIATE BEARING CARRIER, RENEW (O) AFT BEARING CARRIER, RENEW (O) STERN TUBES, INTERIOR SURFACES, PRESERVE 100% (O) STERN TUBES, INTERIOR SURFACES, REPAIR (O) PROPELLERS, REMOVE, INSPECT, AND REINSTALL (D) PROPELLER, MINOR REPAIR AND RECONDITION, PERFORM (O) Main Diesel Engine Exhaust Hangers; Renew (D) FATHOMETER TRANSDUCER, RENEW (D) SPEED LOG, TRANSDUCER AND SKIN VALVE, CLEAN AND INSPECT (D) Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair (D) RUDDER ASSEMBLIES, REMOVE, INSPECT, AND REINSTALL (D) Rudder Stock Bearings (Upper and Lower), Renew (O) RHIB NOTCH SKID PADS, INSPECT (D) RHIB NOTCH SKID PADS STUDS, RENEW (O) STERN LAUNCH DOOR, REMOVE, INSPECT AND REINSTALL (D) GREY WATER HOLDING TANK, CLEAN AND INSPECT (D) SEWAGE HOLDING TANK, CLEAN AND INSPECT (D) GREY WATER PIPING, CLEAN AND FLUSH (D) SEWAGE PIPING, CLEAN AND FLUSH (D) Decks - Exterior (Main Deck), Preserve U/W BODY, PRESERVE ("100%") Hull Plating Freeboard, Preserve ("100%") CATHODIC PROTECTION/ZINCS, RENEW (D) DRYDOCKING (D) TEMPORARY SERVICES, PROVIDE (D) TELEPHONE SERVICE, PROVIDE (D) Watertight Doors and Scuttles (External), Renew Ventilation Systems, Commercial Cleaning Compartment Insulation, Engine Room, Partial Renew Renew Sink Ship Service Diesel Generator, Overhaul Main Diesel Engines, Port and Starboard, Renew Renew Office Laminate Deck Port Transom Ladder and Railing, Renew Joiner Bulkhead Panels and Sheathing, Repair (D) Gaylord Hood System, Ducting, Clean (O) Stern Tube, Reposition (O) CGC STURGEON PERFORM ULTRASONIC THICKNESS MEASUREMENTS (D) PERFORM ULTRASONIC THICKNESS MEASUREMENTS (O) BILGE SURFACES (ENGINE ROOM), PRESERVE ("PARTIAL") DIRTY OIL TANK, CLEAN AND INSPECT (D) OILY WATER TANK, CLEAN AND INSPECT (D) TANKS (MP FUEL SERVICE), CLEAN & INSPECT (D) Superstructure Preserve (100%) PILOTOUSE DECK (ALUM.), INSPECT, PRESERVE, & RENEW ELECTRICAL MATTING (D) DEPTH SOUNDER, CAPASTIC FAIRING, RENEW (O) MAIN ENGINE/REDUCTION GEAR, REALIGN (O) PROPULSION SHAFTS, REMOVE, INSPECT, AND REINSTALL (D) PROPULSION SHAFT, REPAIR (O) PROPULSION SHAFT, STRAIGHTEN (O) INTERMEDIATE WATER-LUBRICATED SHAFT BEARINGS, RENEW (O) AFT WATER-LUBRICATED SHAFT BEARING, RENEW (O) INTERMEDIATE BEARING CARRIER, RENEW (O) AFT BEARING CARRIER, RENEW (O) STERN TUBES, INTERIOR SURFACES, PRESERVE 100% (O) STERN TUBES, INTERIOR SURFACES, REPAIR (O) PROPELLERS, REMOVE, INSPECT, AND REINSTALL (D) PROPELLER, MINOR REPAIR AND RECONDITION, PERFORM (O) FATHOMETER TRANSDUCER, RENEW (D) SPEED LOG, TRANSDUCER AND SKIN VALVE, CLEAN AND INSPECT (D) SEA WATER (VALVES, STRAINERS, PIPING), CLEAN, INSPECT, AND REPAIR (D) RUDDER ASSEMBLIES, REMOVE, INSPECT, AND REINSTALL (D) RHIB NOTCH SKID PADS, INSPECT (D) RHIB NOTCH SKID PADS STUDS, RENEW (O) STERN LAUNCH DOOR, REMOVE, INSPECT, AND REINSTALL (D) GREY WATER HOLDING TANK, CLEAN AND INSPECT (D) SEWAGE HOLDING TANK, CLEAN AND INSPECT (D) GREY WATER PIPING, CLEAN AND FLUSH (D) SEWAGE PIPING, CLEAN AND FLUSH (D) U/W BODY, PRESERVE ("100%")(O) HULL PLATING FREEBOARD, PRESERVE PARTIAL HULL PLATING FREEBOARD, PRESERVE 100% CATHODIC PROTECTION/ZINCS, RENEW (D) DRYDOCKING (D) TEMPORARY SERVICES, PROVIDE (D) TELEPHONE SERVICE, PROVIDE (D) Law Enforcement Strobe Light Installation Stainless Steel Mooring Bit Install WPB-87 Removable Handrails Modify Exterior Main Deck, Preserve & Renew Non-Skid Renew Both MDE Renew Both SSDG Crop and Replace Port R/W CuNi Piping Grind Existing Messdeck, Galley and Forward Passageway One-Step All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. 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 Nancy.M.Brinkman@uscg.mil or via fax to (757) 628-4676 (Attn: Nancy Brinkman/CPD1-PBPL) no later than May 17, 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. 8(a) Small Business Concern b. HubZone Small Business Concern c. Service-Disabled Veteran Owned Small Business (SDVOSB) d. Small 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 SDVOSB status, provide documentation that shows the Service Disable Veteran 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 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/GULF_COAST_DUAL_CUTTER_DRYDOCK/listing.html)
- Place of Performance
- Address: 1200 nautical miles (one-way) or 2400 (round-trip) of Galveston, TX, United States
- Record
- SN02741976-W 20120510/120508235110-25ded596c10f0a60400c6facdf340030 (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 |