Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
SOURCES SOUGHT

J -- USCGC CLAMP (WLIC-75306) DOCK SIDE REPAIR

Notice Date
10/16/2014
 
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
CGC_CLAMP(WLIC75306)_FY15_DS
 
Archive Date
11/13/2014
 
Point of Contact
Michael D. Baltzgar, Phone: 7576254526, Kathryn E. Stark, Phone: 7576284588
 
E-Mail Address
michael.d.baltzgar@uscg.mil, kathryn.e.stark@uscg.mil
(michael.d.baltzgar@uscg.mil, kathryn.e.stark@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT NOTICE DRY DOCK REPAIR SERVICE FOR USCGC CLAMP (WLIC 75306) DESCRIPTION This is a sources sought notice only; this is not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purposes of this notice it to: (1) determine if sources capable of satisfying the agency’s requirements exist, (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 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be base on the results of 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 (SFLC), Norfolk, VA – Ice Breaker Construction Tender - Product Line (IBCT-PL) for the purpose of conducting a Market Survey for a potential award of a Contract for Dry Dock Repair Service for U.S. Coast Guard Cutter (USCGC) CLAMP (WLIC 75306). USCGC CLAMP is a 75ft Class Construction Tender in service with the US Coast Guard's 8th District and home ported in Galveston, TX. The applicable NAICS code is 336611 SHIP BUILDING AND REPAIRING with a Size Standard of 1,000 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. All Small Businesses may submit offers, which shall be considered by the United States Coast Guard. DRY DOCK Repairs Specification: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel for dry dock repairs to the USCGC CLAMP (WLIC 75306). All work will be performed at the contractor’s facility. This vessel is geographically restricted to an area no greater than 400 nautical miles (nm) from the cutter’s home port and no open water transit. Scope of Work: The scope of the acquisition is for the Dry Dock repairs to USCGC CLAMP (WLIC 75306). This work will include, but is not limited to the following work items: Work Item 1: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean Work Item 2: Boiler Exhaust Stack Uptakes, Commercial Clean Work Item 3: barge, diesel engine exhaust piping, commercial clean Work Item 4: Compressed Air Receivers and System Valves (all), Clean, Inspect, Hydro and Lift - Tender Work Item 5: Compressed Air Receivers and System Valves (all), Clean, Inspect, Hydro and Lift - Barge Work Item 6: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test - Tender Work Item 7: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test - Barge Work Item 8: Watertight Doors and Scuttles (External), Renew Work Item 9: Deck Covering (Interior Wet/Dry), Renew Work Item 10: Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean Work Item 11: Fuel Valves, Overhaul or Renew Work Item 12: Temporary Services, Provide - Tender Work Item 13: Umbilical Receptacles & Deck Penetrations, Tender, Replace Work Item 14: Umbilical Receptacles & Deck Penetrations, Barge, Replace Work Item 15: Plating, 01 Deck, Renew Work Item 16: Hatch, Main Hold, Repair, Barge Work Item 17: Overhead Plating in Main Hold and Other, Renew Work Item 18: Potable Water and Aft Rake Tank Cover Mount Ring, Renew Work Item 19: Watertight Doors, Repair, Barge Work Item 20: Gooseneck Vent Pipes, Renew Work Item 21: Sewage and Waste Water Valves, Renew Work Item 22: Plating, 01 Deck Bulkhead, Renew Work Item 23: Spud Winch Foundations, Renew Work Item 24: Plating, Bulwark Stiffeners, Repair Work Item 25: Sewage Holding Tank(s), Clean and Inspect - Tender Work Item 26: Grey Water Piping, Clean and Flush Work Item 27: Sewage Piping, Clean and Flush Work Item 28: Tender Fuel Oil Supply Header Piping, Renewal Work Item 29: Air Conditioner Condenser, Renew Work Item 30: Sewage Piping Repair Work Item 31: Compartment Insulation, Renew Work Item 32: Mounting Stud, Wheel House, Renew Work Item 33: Hull Fitting (Mooring and Towing), Inspect and Test Barge Work Item 34: Shower Stall and Drains, Renew Work Item 35: Mechanical Chain Stoppers, Inspect and Service - Barge All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Additionally, the contractor shall be responsible for providing Hotel Services for displaced crew during the Dry Dock/repair period. Anticipated Period of Performance: The period of performance is anticipated to be for TWENTY-NINE (29) calendar days from 14 April 2015 to end date of 12 May 2015. (Subject to change at the discretion of the Government). SUBMISSION OF INFORMATION Interested 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 michael.d.baltzgar@uscg.mil no later than 10:00 am on October 16, 2014, Eastern Standard Time (EST) with the following information/documentation: · Name of Company · Address · Phone Number · Email Address · Point of Contact · DUNS Number · Intention of subcontracting 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 (SDVOSB); 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 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 SDVOSB 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 VOSB 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. 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. System for Award Management (SAM): Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. 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/CGC_CLAMP(WLIC75306)_FY15_DS/listing.html)
 
Place of Performance
Address: USCGC CLAMP (WLIC-75306), 1 Ferry Road, Galveston, Texas, 77550, United States
Zip Code: 77550
 
Record
SN03551761-W 20141018/141016234557-1ddaa6321930c1f02c82963f725d562a (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.