SOURCES SOUGHT
J -- USCGC DEPENDABLE DOCKSIDE SOURCES SOUGHT
- Notice Date
- 6/25/2013
- 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
- HSCG80-13-Q-P45T06
- Archive Date
- 7/24/2013
- Point of Contact
- COURTNEY P. BAKER-WILLIAMS, Phone: 7576284640
- E-Mail Address
-
COURTNEY.P.BAKER-WILLIAMS@USCG.MIL
(COURTNEY.P.BAKER-WILLIAMS@USCG.MIL)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC DEPENDABLE (WMEC-626) 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 companies 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: DOCKSIDE Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the U.S. Coast Guard Cutter (USCGC) DEPENDABLE (WMEC-626), a 210 Foot "B CLASS" Medium Endurance Cutter. The vessel is home ported in Cape May, NJ. All work will be performed at the vessel's homeport. Scope of Work: The scope of the acquisition is for the overhauling, cleaning, and repairing of various items aboard the USCGC DILIGENCE (WMEC-616). This work will include, but is not limited to the following WORK ITEMS: Work Item 001 Deck Steel, Stack Space, Renew, 2012002 Work Item -002 Tanks (Aviation Fuel Service), Clean and Inspect Work Item -003 Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect Work Item -004 Chain Lockers, Clean and Inspect Work Item -005 Tanks (MP Fuel Stowage and Overflow), Clean and Inspect Work Item -006 Tanks (MP Fuel Service), Clean and Inspect Work Item -007 Tanks (Hydraulic Oil Stowage), Clean and Inspect Work Item -008 Tanks (Potable Water), Clean and Inspect Work Item -009 Tanks (Lube Oil), Clean and Inspect Work Item -010 Tanks (Dirty Oil and Waste), Clean and Inspect Work Item -011 Propulsion Shafting, Strain Gage Alignment Inspections Work Item -012 Vent Ducts (Engine, Machinery Rooms and Uptake Space), Commercial Cleaning Work Item -013 Vent Ducts (Galley and Pantry Room All), Commercial Cleaning Work Item -014 Vent Ducts (Laundry), Commercial Cleaning Work Item -015 Vent Ducts (All Other), Commercial Cleaning Work Item -016 Reverse Osmosis Desalination Plant, Overhaul Work Item -017 Anchor Windlass, Port and Starboard, Inspect and Service Work Item -018 Warping Capstan, Inspect and Service Work Item -019 Temporary Services and Crane-Barge Services, Provide Work Item -020 Scullery Sanitizing Dishwasher, Renew; 2011016 Work Item -021 Main Engine Jacket Water Valves, Renew, 2012021 Work Item -022 Sea Water Cooling System Components, Renew, 2009009, 2012019 Work Item -023 Urinal System Components, Overhaul & Renew, 2013002 Work Item -024 Towing Bitts, Chocks, and Fairleads; Inspect and Test Work Item -025 Deck Drain Valves, Flight Deck, Renew, 2012015 Work Item -026 Reverse Osmosis Foundation and Bilge Area, Preserve, 2013005 Work Item -027 Fixed Ballast (Lead Ingot), Reinstall Work Item -028 Compartment Interior, Lead Dust, Clean Work Item -029 Welin Lambie Davit Foundation, Reinforce, 2012023 Work Item -030 Fantail Overhead, Preserve, 2013004 Work Item -031 Brackets and Handrails, Various, Renew, 2012020 Work Item -032 Travel and Per diem 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-SEVEN (57) calendar days with a start date of 25 September 2013 and end date of 20 November 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 notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Courtney.p.baker-williams@uscg.mil or via fax to (757) 628-4562 (Attn: Courtney Baker-Williams/C&P1-MEC) no later than 9 July 2013 at 12:00PM, 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 appropriate 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/HSCG80-13-Q-P45T06/listing.html)
- Place of Performance
- Address: CAPE MAJ, New Jersey, United States
- Record
- SN03098820-W 20130627/130625234848-b73d7c19ae7cbbac22f93b9b146b3504 (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 |