Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOURCES SOUGHT

J -- CGC ORCAS Dry Dock Repairs

Notice Date
7/11/2012
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
ORCAS_SOURCES_SOUGHT
 
Archive Date
1/31/2013
 
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
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 USCGC ORCAS (WPB-1327), a 110-foot "B Class" Patrol Boat, home ported in 1496 N. Bayshore Drive, Coos Bay, OR 98362. All work will be performed at the CONTRACTOR'S FACILITY. This vessel is geographically restricted to United States West Coast, Columbia River and South. Scope of Work: The scope of the acquisition is for the DRYDOCK repairs of the USCGC ORCAS (WPB-1327). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Hull Plating, U/W Body, Inspect WORK ITEM 2: Hull Plating (U/W Body), Ultrasonic Testing O-WORK ITEM 3: Aluminum Hull and Structural Repairs - 1/4" Plate O-WORK ITEM 4: Aluminum Hull and Structural Repairs - 3/16" Plate O-WORK ITEM 5: Aluminum Hull and Structural Repairs - 5/16" Plate O-WORK ITEM 6: Hull and Structural Plating Repairs - Crack (Aluminum) O-WORK ITEM 7: Hull and Structural Plating Repairs - Crack (Steel) O-WORK ITEM 8: Hull and Structural Plating Repairs - Eroded Weld (Aluminum) O-WORK ITEM 9: Steel Hull and Structural Plating Repairs (5-Pound) O-WORK ITEM 10: Steel Hull and Structural Plating Repairs ( 7.0 Pound, 7.5-Pound or 7.65-Pound) O-WORK ITEM 11: Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) O-WORK ITEM 12: Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) O-WORK ITEM 13: Hull and Structural Plating - 10.0 - Pound Steel, Repair WORK ITEM 14: Appendages (U/W), Leak Test WORK ITEM 15: Appendages (U/W) - Internal, Preserve WORK ITEM 16: Tanks (Fuel Service), Clean and Inspect WORK ITEM 17: Voids (Non-Accessible), Leak Test WORK ITEM 18: Tanks (Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 19: Voids (Non-Accessible), Preserve Internal Surfaces WORK ITEM 20: Tanks (Potable Water), Clean and Inspect WORK ITEM 21: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 22: Propulsion System, Alignment Check WORK ITEM 23: Propulsion Shafting, Remove, Inspect, and Reinstall WORK ITEM 24: Mechanical Shaft Seal Assemblies, Overhaul WORK ITEM 25: Propulsion Shaft Bearings (External), Renew WORK ITEM 26: Propulsion Shaft, Stern Tube Forward Bearing, Renew WORK ITEM 27: Propellers; Remove, Inspect, and Reinstall WORK ITEM 28: Exhaust System, MDE, Inspect WORK ITEM 29: SW Heat Exchangers; Clean, Inspect and Hydro WORK ITEM 30: Fathometer Transducer, Renew WORK ITEM 31: Speed Doppler, Renew, Doppler Valve, Overhaul WORK ITEM 32: Sea Valves, Overhaul, Renew WORK ITEM 33: Sea Strainers - Duplex (All Sizes), Overhaul WORK ITEM 34: Steering Gear (General), Overhaul WORK ITEM 35: Rudder Assembly, Remove, Inspect and Reinstall WORK ITEM 36: Fin Stabilizers (General), Overhaul WORK ITEM 37: Single Point Davit (Appleton SEB) Level 2, Inspection WORK ITEM 38: Tanks, (Grey Water) Clean and Inspect WORK ITEM 39: Tanks, (Sewage Holding) Clean and Inspect WORK ITEM 40: Grey Water Piping, Clean and Flush WORK ITEM 41: Sewage Piping, Clean and Flush O-WORK ITEM 42: Tanks (Sewage Holding), Preserve "Partial" O-WORK ITEM 43: Tanks (Aft Grey Water), Preserve "Partial" O-WORK ITEM 44: Tanks (Dirty Oil and Waste), Preserve "Partial" O-WORK ITEM 45: Tanks (Potable Water), Preserve "Partial" O-WORK ITEM 46: Bilge Surfaces, Preserve WORK ITEM 47: Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) O-WORK ITEM 48: U/W Body, Preserve "100%" WORK ITEM 49: U/W Body, Preserve "Partial - Condition A" O-WORK ITEM 50: Stern Tube Interior Surfaces, Preserve 100% O-WORK ITEM 51: Hull Plating Freeboard, Preserve - Partial WORK ITEM 52: Cathodic Protection System (Bilge and Sea Chest), Renew WORK ITEM 53: Cathodic Protection System, Inspect and Maintain WORK ITEM 54: Drydocking WORK ITEM 55: Temporary Services, Provide WORK ITEM 56: Data Service, Provide WORK ITEM 57: Marine Toilets, Renew and Modify Foundation (CSMP-2012004) WORK ITEM 58: Rails, Stanchions, Renew (CSMP 2012002) WORK ITEM 59: Soft Patch Plating, Repair (CSMP 2012003) WORK ITEM 60: Through-Deck Packing Gland, Renew (CSMP 2012004) WORK ITEM 61: CCTV Security System, Install (EC-110-C-111) 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 FIFTY-NINE (59) calendar days from 16 January 2013 and end date of 16 March 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 (510) 637-5912 (Attn: Bernie Caguiat/C&P1-PBPL) no later than July 18, 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/ORCAS_SOURCES_SOUGHT/listing.html)
 
Place of Performance
Address: CONTRACTOR'S CERTIFIED FACILITY, ***This vessel is geographically restricted to a facility located within the United States West Coast, Columbia River and South., United States
 
Record
SN02799227-W 20120713/120711235100-b3c37efbe604d311ee7acfde84cf19da (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.