SOURCES SOUGHT
J -- CGC DECISIVE DOCKSIDE FY14
- Notice Date
- 7/31/2013
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG80-14-Q-P45022
- Point of Contact
- Emily L. Clark, Phone: 7576284652
- E-Mail Address
-
emily.l.clark@uscg.mil
(emily.l.clark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Dockside Repairs USCGC DECISIVE (WMEC-629) The United States Coast Guard is considering whether or not to set-aside an acquisition for HUBZone Set-Aside, Service Disabled Veteran-Owned Small Business, or Small Business Set-Aside. The estimated value of this procurement is between $550,000.00 and $650,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The acquisition is to perform dockside repairs onboard USCGC DESIVE (WMEC-629), a 210 foot "B" class medium endurance cutter. Place of performance will be at the cutters homeport, Pascagoula, MS. The performance period is from 04 December, 2013 - 29 January, 2014. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC DECISVIE (WMEC-629). This work will include, but is not limited to: WORK ITEM 1: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 2: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 3: Tanks (MP Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 4: Tanks (Hydraulic Oil Stowage), Clean and Inspect WORK ITEM 5: Tanks (Potable Water), Clean and Inspect WORK ITEM 6: Tanks (Lube Oil), Clean and Inspect WORK ITEM 7: Structural Supports and Deck Combing WORK ITEM 8: Pilothouse Windows, Inspect and Test WORK ITEM 9: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 10: Propulsion Shafting, Strain Gage Alignment Inspections WORK ITEM 11: Vent Ducts (Engine, Machinery Rooms and Uptake Space), Commercial Cleaning WORK ITEM 12: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning WORK ITEM 13: Vent Ducts (Laundry), Commercial Cleaning WORK ITEM 14: Vent Ducts (All Other), Commercial Cleaning WORK ITEM 15: Reverse Osmosis Desalination Plant, Overhaul WORK ITEM 16: Anchor Windlass, Port and Starboard, Inspect and Service WORK ITEM 17: Anchor Chain(s) and Ground Tackle, Inspect and Repair WORK ITEM 18: Warping Capstan, Inspect and Service WORK ITEM 19: Ammunition Elevator, Service and Inspect WORK ITEM 20: Towing Bitts, Chocks, and Fairleads; Inspect and Test WORK ITEM 21: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 22: Chain Lockers, Clean and Inspect WORK ITEM 23: Grey Water Holding Tanks, Clean and Inspect WORK ITEM 24: Sewage Holding Tanks, Clean and Inspect WORK ITEM 25: Pilothouse Doors, Renew WORK ITEM 26: No. 1&2 SSDG and Shoretie, Inspect and Test WORK ITEM 27: EM Shop Door and Frame, Renew WORK ITEM 28: Laundry Room Deck WORK ITEM 29: DC Repair II Annex Deck, Renew WORK ITEM 30: CO Portlights, Overhaul WORK ITEM 31: Watertight Fittings, Renew WORK ITEM 32: Bridge Deck Drains, Piping and Surrounding Plating, Renew WORK ITEM 33: Datos Joiner Panel Supports, Renew In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1405, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Emily Clark at Emily.L.Clark@uscg.mil. Questions may also be referred to Emily Clark at this email address and by phone at (757) 628-4652. In your response, please include the following: (a) positive statement of your intent to submit a bid for this solicitation as a prime contractor indicating your Small Business Program; (b) evidence of work experience similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance reports from previous Government work or references with points of contact and phone numbers. At least two (2) completed reports are requested, but more are desirable. If the past performance reports are not available then references with points of contact and phone numbers will suffice. 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. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside, FAR 52.219-3, Notice of Total HUBZone Set Aside or 52.219-27 or Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the Internet at http://www.sam.gov. Your response is required by 02:00 PM EST, 07 August, 2013. 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, or Small Business Set-Aside. A decision on how this solicitation will be set aside will be posted on the FBO website at https://www.fbo.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-14-Q-P45022/listing.html)
- Place of Performance
- Address: Cutter Homeport, Pascagoula, Mississippi, 39595, United States
- Zip Code: 39595
- Zip Code: 39595
- Record
- SN03132931-W 20130802/130731235809-b70bc2fb89f88868119732f12f23eb94 (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 |