Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
SOURCES SOUGHT

J -- IDIQ-Preservation Multiple Class Multiple Location

Notice Date
5/15/2014
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-14-R-P00001
 
Point of Contact
Gerald R Acock, Phone: (808) 843-3876
 
E-Mail Address
gerald.r.acock@uscg.mil
(gerald.r.acock@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: FY-14 INDIFINITE DELIVERY INDIFINITE QUANTITY CONTRACT FOR PRESERVATION - MULTIPLE CUTTER CLASS - MULTIPLE LOCATIONS 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 services 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: PRESERVATION - MULTIPLE CUTTER CLASSES: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform preservation work to the U.S. Coast Guard for Cutters located in the following four locations: Charleston, NC; California; Alaska and Pacific Northwest; and Hawaii. All work will be performed at the Cutters home port in the locations listed in this paragraph. Scope of Work: The scope of work is for the preservation of multiple Cutter classes and shall include, but is not limited to the following Work Items: WORK ITEM 1: Tenting, Provide (WAGB-400, POLAR SEA) WORK ITEM 2: Tenting, Provide (WAGB-420, HEALY) WORK ITEM 3: Tenting, Provide (WLB-225, All Hulls) WORK ITEM 4: Tenting, Provide (WMEC, Class-A Hulls) WORK ITEM 5: Tenting, Provide (WMEC-282, ALEX HALEY) WORK ITEM 6: Bilges Preserve, Partial; Lead Paint Option (WMEC-282, ALEX HALEY) WORK ITEM 7: Bilges Preserve, Partial; No Lead Paint Option (WAGB-400, POLAR STAR) WORK ITEM 8: Bilges Preserve, Partial; No Lead Paint Option (WHEC-378, All Hulls) WORK ITEM 9: Bilges Preserve, Partial; No Lead Paint Option (WLM-175, All Hulls) WORK ITEM 10: Bilges Preserve, Partial; No Lead Paint Option (WMEC-210, Class-B Hulls) WORK ITEM 11: Flight Deck / Helicopter Operating Areas, Preserve (WAGB-400, POLARSEA) WORK ITEM 12: Fight Deck / Helicopter Operating Areas, Preserve (WAGB-420, HEALY) WORK ITEM 13: Flight Deck / Helicopter Operating Areas, Preserve (WMEC-210, Class-A Hulls) WORK ITEM 14: Flight Deck / Helicopter Operating Areas, Preserve (WMEC-282, ALEX HALEY) WORK ITEM 15: Decks Exterior Preserve, Non-Skid Broadcast Grit System (WLB-225, All Hulls) WORK ITEM 16: Decks Exterior Preserve, Helicopter Hangar (WAGB-400, POLAR SEA) WORK ITEM 17: Decks Exterior Preserve, Helicopter Hangar (WAGB-420, HEALY) WORK ITEM 18: Decks Exterior, Preserve (WLM-175, All Hulls) WORK ITEM 19: Decks Exterior, Preserve (WMEC-210, Class-B Hulls) WORK ITEM 20: Superstructure, Preserve (WAGB-400, POLAR SEA) WORK ITEM 21: Superstructure, Preserve (WAGB-400, POLAR STAR) WORK ITEM 22: Superstructure, Preserve (WAGB-420, HEALY) WORK ITEM 23: Superstructure, Preserve (WHEC-378, All Hulls) WORK ITEM 24: Superstructure, Preserve (WLB-225, Class-B Hulls) WORK ITEM 25: Superstructure, Preserve (WMEC-282, ALEX HALEY) WORK ITEM 26: Superstructure Preserve, Partial (WAGB-400, POLAR SEA) WORK ITEM 27: Superstructure Preserve, Partial (WAGB-400, POLAR STAR) WORK ITEM 28: Superstructure Preserve, Partial (WHEC-378, All Hulls) WORK ITEM 29: Superstructure Preserve, Partial (WLB-225, Class-B Hulls) WORK ITEM 30: Superstructure Preserve, Partial (WLM-175, All Hulls) WORK ITEM 31: Superstructure Preserve, Partial (WMEC-210, Class-A Hulls) WORK ITEM 32: Superstructure Preserve, Partial (WMEC-210, Class-B Hulls) WORK ITEM 33: Superstructure Preserve, Partial (WMEC-282, ALEX HALEY) WORK ITEM 34: Interior Compartments, Preserve (WAGB-400, POLAR SEA) WORK ITEM 35: Interior Compartments, Preserve (WAGB-400, POLAR STAR) WORK ITEM 36: Interior Compartments, Preserve (WAGB-420, HEALY) WORK ITEM 37: Interior Compartments, Preserve (WHEC-378, All Hulls) WORK ITEM 38: Interior Compartments, Preserve (WLB-225, All Hulls) WORK ITEM 39: Interior Compartments, Preserve (WLM-175, All Hulls) WORK ITEM 40: Interior Compartments, Preserve (WMEC-210, Class-A Hulls) WORK ITEM 41: Interior Compartments, Preserve (WMEC-210, Class-B Hulls) WORK ITEM 42: Interior Compartments, Preserve (WMEC-282, ALEX HALEY) WORK ITEM 43: Scaffolding, Erect (WAGB-400, POLAR SEA) WORK ITEM 44: Scaffolding, Erect (WAGB-400, POLAR STAR) WORK ITEM 45: Scaffolding, Erect (WAGB-420, HEALY) WORK ITEM 46: Scaffolding, Erect (WHEC-378, All Hulls) WORK ITEM 47: Scaffolding, Erect (WLB-225, All Hulls) WORK ITEM 48: Scaffolding, Erect (WLM-178, All Hulls) WORK ITEM 49: Scaffolding, Erect (WMEC-210, Class-A Hulls) WORK ITEM 50: Scaffolding, Erect (WMEC-210, Class-B Hulls) WORK ITEM 51: Scaffolding, Erect (WMEC-282, ALEX HALEY) WORK ITEM 52: Tenting, Provide (WAGB-400, POLAR STAR) WORK ITEM 53: Tenting, Provide (WHEC-378, All Hulls) WORK ITEM 54: Tenting, Provide (WLM-175, All Hulls) WORK ITEM 55: Tenting, Provide (WMEC-210, Class-B Hulls) WORK ITEM 56: Bilges Preserve, Partial; Lead Paint Option (WHEC-378, All Hulls) WORK ITEM 57: Bilges Preserve, Partial; No Lead Paint Option (WAGB-400, POLAR SEA) WORK ITEM 58: Bilges Preserve, Partial; No Lead Paint Option (WLB-225, All Hulls) WORK ITEM 59: Bilges Preserve, Partial; No Lead Paint Option (WMEC-210, Class-A Hulls) WORK ITEM 60: Bilges Preserve, Partial; No Lead Paint Option (WMEC-282, ALEX HALEY) WORK ITEM 61: Flight Deck / Helicopter Operating Areas, Preserve (WAGB-400, POLAR STAR) WORK ITEM 62: Flight Deck / Helicopter Operating Areas, Preserve (WHEC-378, All Hulls) WORK ITEM 63: Flight Deck / Helicopter Operating Areas, Preserve (WMEC-210, Class-B Hulls) WORK ITEM 64: Decks Exterior Preserve, Non-Skid Broadcast Grit System (WHEC-378, All Hulls) WORK ITEM 65: Decks Exterior Preserve, Non-Skid Broadcast Grit System (WLM-175, All Hulls) WORK ITEM 66: Decks Exterior Preserve, Helicopter Hangar (WAGB-400, POLAR STAR) WORK ITEM 67: Decks Exterior Preserve, Helicopter Hangar (WHEC-378, All Hulls) WORK ITEM 68: Decks Exterior, Preserve (WAGB-400, POLAR SEA) WORK ITEM 69: Decks Exterior, Preserve (WAGB-420, HEALY) WORK ITEM 70: Decks Exterior, Preserve (WLB-225, All Hulls) WORK ITEM 71: Decks Exterior, Preserve (WMEC-210, Class-A Hulls) WORK ITEM 72: Decks Exterior, Preserve (WMEC-282, ALEX HALEY) WORK ITEM 73: Superstructure, Preserve (WLM-175, All Hulls) WORK ITEM 74: Superstructure, Preserve (WMEC-210, Class-B Hulls) WORK ITEM 75: Tenting, Provide (WMSL-418, All Hulls) WORK ITEM 76: Bilges Preserve, Partial; No Lead Paint Option (WMSL-418, All Hulls) WORK ITEM 77: Flight Deck / Helicopter Operating Areas, Preserve (WMSL-418, All Hulls) WORK ITEM 78: Decks Exterior Preserve, Helicopter Hangar (WMSL-418, All Hulls) WORK ITEM 79: Decks Exterior Preserve (WMSL-418, All Hulls) WORK ITEM 80: Superstructure, Preserve (WMSL-418, All Hulls) WORK ITEM 81: Superstructure, Preserve Partial (WMSL-418, All Hulls) WORK ITEM 82: Interior Compartments, Preserve (WMSL-418, All Hulls) WORK ITEM 83: Scaffolding, Erect Anticipated period of performance: The period of performance is anticipated to be for one (1) year with four (4) one year options. 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 Gerald.r.acock@uscg.mil no later than 30 May 2014 10:00 AM, Hawaii Standard Time with the following information/documentation. 1. Name of Company, address and DUNS number 2. Point of Contact and telephone number 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; HuBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern; Veteran Owned Small Business Concern; ED Woman Owned Small Business Concern; Woman Owned Small Business Concern; Small Business Concern; Large Business 4. Documentation verifying Small Business Certification: (a.) If claiming 8(a) status provide a copy of your 8(a) Certification from SBA (b.) If claiming HuBZone status provide a copy of your HuBZone; (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. 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. 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 and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. 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 respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. 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/VPLMLCP/HSCG85-14-R-P00001/listing.html)
 
Place of Performance
Address: Multiple Location, United States
 
Record
SN03367502-W 20140517/140515235129-90f15aae0eff5061f793627cd3fcdba9 (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.