MODIFICATION
J -- CGC SOCKEYE & CGC TERN Dry Dock Repairs
- Notice Date
- 6/27/2012
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- SOCKEYETERNSOURCESSOUGHT
- Archive Date
- 10/31/2012
- Point of Contact
- Bernie Caguiat, Phone: 5106375887
- E-Mail Address
-
Bernie.C.Caguiat@uscg.mil
(Bernie.C.Caguiat@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC SOCKEYE (WPB-87337) and USCGC TERN (WPB-87343) 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, Oakland, CA 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 SOCKEYE (WPB-87337) and USCGC TERN (WPB-87343), both 87-Foot Patrol Boat. These vessels are home ported in 1 Yerba Buena Road, San Francisco, CA 94130. All work will be performed at the CONTRACTOR'S FACILITY. This vessel is geographically restricted to United States West Coast San Francisco Bay and South. Scope of Work (USCGC SOCKEYE): The scope of the acquisition is for the DRYDOCK repairs of the USCGC SOCKEYE (WPB-87337). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Perform Ultrasonic Thickness Measurements WORK ITEM 2: Perform Ultrasonic Thickness Measurements WORK ITEM 3: Bilge Surfaces (Engine Room), Preserve ("Partial") WORK ITEM 4: Dirty Oil Tank, Clean and Inspect WORK ITEM 5: Oily Water Tank, Clean, Inspect, Preserve WORK ITEM 6: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 7: Superstructure, Preserve (100%) WORK ITEM 8: Depth Sounder, Capastic Fairing, Renew WORK ITEM 9: Main Engine/Reduction Gear, Realign WORK ITEM 10: Propulsion Shafts, Remove, Inspect, and Reinstall WORK ITEM 11: Propulsion Shaft, Repair WORK ITEM 12: Propulsion Shaft, Straighten WORK ITEM 13: Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew WORK ITEM 14: Aft Water-Lubricated Propulsion Shaft Bearing, Renew WORK ITEM 15: Intermediate Bearing Carrier, Renew WORK ITEM 16: Aft Bearing Carrier, Renew WORK ITEM 17: Stern Tubes, Interior Surfaces, Preserve 100% WORK ITEM 18: Stern Tubes, Interior Surfaces, Repair WORK ITEM 19: Propellers, Remove, Inspect, and Reinstall WORK ITEM 20: Propeller, Minor Reconditioning and Repairs, Perform WORK ITEM 21: Ships Service Diesel Generator Assembly, Port and Stbd, Renew WORK ITEM 22: Fathometer Transducer, Renew WORK ITEM 23: Speed Log, Skin Valve Assembly, Clean and Inspect WORK ITEM 24: HVAC System, Ducting, Clean WORK ITEM 25: Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair WORK ITEM 26: Main Diesel Engine Sea Water Strainers Anode, Install WORK ITEM 27: Rudder Assemblies, Remove, Inspect and Reinstall WORK ITEM 28: RHIB Notch Skid Pads, Inspect WORK ITEM 29: RHIB Notch Skid Pad Studs, Renew WORK ITEM 30: Stern Launch Door, Remove, Inspect and Reinstall WORK ITEM 31: Grey Water Holding Tank, Clean and Inspect WORK ITEM 32: Sewage Holding Tank, Clean and Inspect WORK ITEM 33: Grey Water Piping, Clean and Flush WORK ITEM 34: Sewage Piping, Clean and Flush WORK ITEM 35: U/W Body, Preserve (100%) WORK ITEM 36: Hull Plating Freeboard, Preserve ( Partial) WORK ITEM 37: Pilothouse to Mast Multi-Cable Transit, Renew WORK ITEM 38: Cathodic Protection / Zincs, Renew WORK ITEM 39: Interior Deck Covering System, Reseal WORK ITEM 40: Drydocking WORK ITEM 41: Temporary Services, Provide WORK ITEM 42: Telephone Service, Provide WORK ITEM 43: Mooring Bits, Renew ( EC 087-B-037 ) WORK ITEM 44: Forward RHIB Notch Skid Pad Stud, Install WORK ITEM 45: Fire Station Camelback Racks, Modify (TCTO TB3 000) WORK ITEM 46: Weather Tight Door, Fuel Station, Install (TCTO TB6000) WORK ITEM 47: Interior Deck Covering System, Renew WORK ITEM 48: HVAC System, Repair WORK ITEM 49: Windows, Renew WORK ITEM 50: U/W Body, Preserve (Partial - 33%) WORK ITEM 51: Electrical and Electronic Cable Renewal/Repair Scope of Work (USCGC TERN): The scope of the acquisition is for the DRYDOCK repairs of the USCGC TERN (WPB-87343). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Perform Ultrasonic Thickness Measurements WORK ITEM 2: Perform Ultrasonic Thickness Measurements WORK ITEM 3: Forepeak, Preserve (100%) WORK ITEM 4: Dirty Oil Tank, Clean and Inspect WORK ITEM 5: Oily Water Tank, Clean, Inspect, Preserve WORK ITEM 6: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 7: Superstructure, Preserve (100%) WORK ITEM 8: Depth Sounder, Capastic Fairing, Renew WORK ITEM 9: Main Engine/Reduction Gear, Realign WORK ITEM 10: Propulsion Shafts, Remove, Inspect, and Reinstall WORK ITEM 11: Propulsion Shaft, Repair WORK ITEM 12: Propulsion Shaft, Straighten WORK ITEM 13: Intermediate Water-Lubricated Propulsion Shaft Bearing, Renew WORK ITEM 14: Aft Water-Lubricated Propulsion Shaft Bearing, Renew WORK ITEM 15: Intermediate Bearing Carrier, Renew WORK ITEM 16: Aft Bearing Carrier, Renew WORK ITEM 17: Stern Tubes, Interior Surfaces, Preserve 100% WORK ITEM 18: Stern Tubes, Interior Surfaces, Repair WORK ITEM 19: Propellers, Remove, Inspect, and Reinstall WORK ITEM 20: Propeller, Minor Reconditioning and Repairs, Perform WORK ITEM 21: Fathometer Transducer, Renew WORK ITEM 22: Speed Log, Skin Valve Assembly, Clean and Inspect WORK ITEM 23: Sea Water System (Sea Valves, Strainers, Piping), Clean, Inspect, and Repair WORK ITEM 24: Raw Water Piping, Repair WORK ITEM 25: Rudder Assemblies, Remove, Inspect and Reinstall WORK ITEM 26: Mooring Bits, Renew (EC 087-B-037) WORK ITEM 27: RHIB Notch Skid Pads, Inspect WORK ITEM 28: RHIB Notch Skid Pad Studs, Renew WORK ITEM 29: Stern Launch Door, Remove, Inspect and Reinstall WORK ITEM 30: Grey Water Holding Tank, Clean and Inspect WORK ITEM 31: Sewage Holding Tank, Clean and Inspect WORK ITEM 32: Grey Water Piping, Clean and Flush WORK ITEM 33: Sewage Piping, Clean and Flush WORK ITEM 34: U/W Body, Preserve ("100%") WORK ITEM 35: Cathodic Protection / Zincs, Renew WORK ITEM 36: Interior Deck Covering System, Renew WORK ITEM 37: Interior Deck Covering System, Reseal WORK ITEM 38: Drydocking WORK ITEM 39: Temporary Services, Provide WORK ITEM 40: Telephone Service, Provide WORK ITEM 41: Forward RHIB Notch Skid Pad Stud, Install WORK ITEM 42: U/W Body, Preserve (Partial - 33%) WORK ITEM 43: HVAC System, Repair 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 as follows: USCGC SOCKEYE - from 31 October 2012 and end date of 14 December 2012. (Subject to change at the discretion of the Government). USCGC TERN - from 10 April 2013 and end date of 24 May 2013. (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 bernie.c.caguiat@uscg.mil or via fax to (5107) 637-5912 (Attn: Bernie Caguiat/C&P1-PBPL) no later than June 28, 2012 at 10:00AM, Pacific Standard 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: 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. ED 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 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/USCGELC/SOCKEYETERNSOURCESSOUGHT/listing.html)
- Place of Performance
- Address: CONTRACTOR'S CERTIFIED FACILITY, ***The vessels are geographically restricted to a facility located within the United States West Coast San Francisco Bay and South.***, United States
- Record
- SN02788229-W 20120629/120628000022-02593b3f534b0500b8ce11997efda439 (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 |