SOURCES SOUGHT
J -- DRYDOCK
- Notice Date
- 10/15/2014
- 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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- USCGC_LINE_DD_FY15
- Archive Date
- 11/14/2014
- Point of Contact
- Iran.N.Walker, Phone: (757)628-4563
- E-Mail Address
-
Iran.N.Walker@uscg.mil
(Iran.N.Walker@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 Forces Logistics Center, Norfolk, VA 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 perform UNPLANNED DRY DOCK repairs to the U.S. Coast Guard Cutter USCGC LINE (WYTL-65611), a 65 Foot "A Class" Patrol Boat. The vessel is home ported in Bayonne, NJ. All work will be performed at the contractor facility. This vessel is geographically restricted to an area no greater than 195 nautical miles from homeport, Bayonne, NJ. And no further than 10 nautical miles off shore. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repairs of the USCGC LINE (WYTL-65611). This work will include, but is not limited to the following: Hull Plating (U/W Body), Inspect, Hull Plating (U/W Body), Ultrasonic Testing, Appendages (U/W), Leak Test, Appendages (U/W) Internal, Preserve, Voids (Non-Accessible), Leak Test; Voids (Non-Accessible), Internal Surfaces, Preserve, Propulsion Shafting, Remove, Inspect and Reinstall; Propeller, Remove, Inspect and Reinstall, Propeller, Perform Minor Repairs and Reconditioning, Keel Coolers, Clean, Inspect and Hydro, Fathometer Transducer, Renew, Rudder Assembly; Remove, Inspect and Reinstall, Boat Davit, Level I Inspect and Test, U/W Body, Preserve (100%), Cathodic Protection / Zinc Anodes, Renew. Drydocking, Temporary Services, Provide - Tender, Sea Trial Performance, Support Provide, Engine Room, Abate Lead-Based and Asbestos-Containing Coatings (Partial), Tanks (MP Fuel Service), Clean and Inspect, Propulsion Shafting, Straighten, Stern Tube, Renew; Stern Tube Interior Surfaces, Preserve 100%. Hull and Structural Plating (General) -10.2 Pound Steel, Repair, Hull and Structural Plating (General) -12.75 Pound Steel Plate, Repair, Hull and Structural Plating (General) -15.3 Pound Steel Plate, Repair, Hull and Structural Plating (General) -7.65 Pound Steel Plate, Repair, Hull and Structural Plating (General) -Cracked Steel Welds, Repairs. Tanks (MP Fuel Service), Preserve "100%", Tanks (MP Fuel Service), Preserve "Partial", Executive Stateroom Soft patch, Repair, Hull Plating Freeboard, Preserve "100%", Half Pipe Fender Guard Sections, Renew, Mast Support Bracket, Port Stack, 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-four (44) calendar days with a start date of April 22, 2015, and end date of June 3, 2015. (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 Iran.N.Walker@uscg.mil or via fax to (757) 628-4563 (Attn: Iran Walker /C&P2-IBCT) no later than 10:00am on October 30, 2015, 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: 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 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 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. 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 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/COUSCGMLCA/USCGC_LINE_DD_FY15/listing.html)
- Place of Performance
- Address: Contractors Facility, United States
- Record
- SN03551179-W 20141017/141015234815-484d826c5acd289893815286e285ed3f (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 |