SOURCES SOUGHT
J -- USCG IBCT 65 WYTL DD AND VOYAGE REPAIRS IDIQ 2016-2020
- Notice Date
- 6/8/2015
- 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
- USCG-IBCT-65_WYTL-DD
- Point of Contact
- Mei S. Chan, Phone: (510) 617-5813, Natalie J. Rodriguez, Phone: 5106375965
- E-Mail Address
-
mei.s.chan@uscg.mil, natalie.j.rodriguez@uscg.mil
(mei.s.chan@uscg.mil, natalie.j.rodriguez@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation #USCG-IBCT-65_WYTL-DD TITLE: USCG IBCT 65 WYTL DD AND VOYAGE REPAIRS IDIQ 2016-2020 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, Oakland, CA to identify sources capable of providing the following: DRYDOCK AND VOYAGE REPAIRS IDIQ SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform IBCT 65' WYTL DD AND VOYAGE REPAIRS to the U.S. Coast Guard four (4) Cutters in the Northern New England - Region will encompass the states of MA and ME and seven (7) Cutters in the Southern New England - Region will encompass the states of CT, PA, MD, NJ, NY and MD. The Government intends to award multiple awards. All work will be performed at the contractor's facility. GEOGRAPHICAL RESTRICTION: Restricted to an area no greater than 195 nautical miles one-way 390 nautical miles round-trip, and no further than 10 nautical miles offshore. (Ref: LANTAREAINST 3100.ID DESCRIPTION OF WORK: The scope of the acquisition is for the DRYDOCK and VOYAGE repairs of various items for the U.S. Coast Guard Cutters. This work will include, but is not limited to: WORK ITEM 1: Hull Plating (U/W Body), Ultrasonic Testing................................................................. WORK ITEM 2: Hull and Structural Plating (General) -10.2-Pound Steel, Repair................................... WORK ITEM 3: Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Repair.......................... WORK ITEM 4: Hull and Structural Plating (General) - Cracked Steel Welds, Repairs........................... WORK ITEM 5: Hull and Structural Plating (General) - Degraded Weld (Steel), Repair......................... WORK ITEM 6: Appendages (U/W), Leak Test........................................................................................ WORK ITEM 7: Appendages (U/W) - Internal, Preserve.......................................................................... WORK ITEM 8: Voids (Accessible, Weather Deck Exposed), Inspect..................................................... WORK ITEM 9: Voids (Non-Accessible), Leak Test................................................................................. WORK ITEM 10: Voids (Non-Accessible), Internal Surfaces, Preserve................................................... WORK ITEM 11: Tanks (MP Fuel Service), Clean and Inspect................................................................ WORK ITEM 12: Tanks (Potable Water), Clean and Inspect.................................................................... WORK ITEM 13: Forward Peak Compartment, Preserve.......................................................................... WORK ITEM 14: Propulsion Shafting, Remove, Inspect, and Reinstall.................................................... WORK ITEM 15: Propulsion Shafting, Straighten..................................................................................... WORK ITEM 16: Propeller, Remove, Inspect, and Reinstall..................................................................... WORK ITEM 17: Propeller, Minor Repairs and Reconditioning, Perform................................................ WORK ITEM 18: Keel Coolers, Clean, Inspect and Hydro....................................................................... WORK ITEM 19: Fathometer Transducer, Renew..................................................................................... WORK ITEM 20: Sea Strainers - Duplex (All Sizes), Overhaul................................................................ WORK ITEM 21: Rudder Assembly; Remove, Inspect and Reinstall....................................................... WORK ITEM 22: Sewage Holding Tank(s), Clean and Inspect................................................................. WORK ITEM 23: Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement......... WORK ITEM 24: Tanks (Sewage Holding), Preserve "100%" (O)........................................................... WORK ITEM 25: Tanks (Potable Water), Preserve "100%"..................................................................... WORK ITEM 26: U/W Body, Preserve (100%)....................................................................................... WORK ITEM 27: U/W Body, Preserve (Partial - Condition A)............................................................... WORK ITEM 28: U/W Body, Preserve (Partial - Condition B)............................................................... WORK ITEM 29: U/W Body, Preserve (Partial - Condition C)............................................................... WORK ITEM 30: Stern Tube Interior Surfaces, Preserve 100%.............................................................. WORK ITEM 31: Hull Plating Freeboard, Preserve - Partial................................................................... WORK ITEM 32: Hull Plating Freeboard, Preserve "100%"................................................................... WORK ITEM 33: Superstructure, Preserve "100%"................................................................................ WORK ITEM 34: Superstructure, Preserve "Partial"............................................................................... WORK ITEM 35: Cathodic Protection / Zinc Anodes, Renew «ASSET»............................................... WORK ITEM 36: Drydock....................................................................................................................... WORK ITEM 37: Temporary Services, Provide - Tender........................................................................ WORK ITEM 38: Sea Trial Performance, Support, Provide.................................................................... WORK ITEM 39: Ship Structures, Inspect for Presence of Lead-Based Paint......................................... WORK ITEM 40: Lead Dust, Clean......................................................................................................... WORK ITEM 41: Lead-Based Paint and Asbestos-Containing Material, 100% Abatement, Perform.... WORK ITEM 42: Lead-Based Paint, 100% Abatement, Perform............................................................ WORK ITEM 43: Lead-Based Paint, Perform Partial Abatement............................................................ WORK ITEM 44: Lead-Based Paint and Asbestos-Containing Material, Perform Partial Abatement.... WORK ITEM 45: Bilges (Machinery Space/Non-Machinery Space), Preserve....................................... WORK ITEM 46: Lead-Based Paint, Perform Spot Abatement WORK ITEM 47: Keel Coolers, Clean, Inspect and Hydro WORK ITEM 48: Rudder Stock Bearings Clearances, Check WORK ITEM 49 : Sea Strainers (All Sizes), Renew WORK ITEM 50: Rudder(s), Preserve ("100%") WORK ITEM 51: Rudder Stock Bearings Clearances, Check WORK ITEM 52: Tanks (Sewage Holding), Preserve "Partial" WORK ITEM 53: Towing Services, Provide WORK ITEM 54: Propulsion Shafting, Modify WORK ITEM 55: Hull Plating (Side Scan), Ultrasonic Testing WORK ITEM 56: Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Repair WORK ITEM 57: Propulsion Shafting, Optical or Laser Alignment Check WORK ITEM 58: Sea Strainers (All Sizes), Renew WORK ITEM 59: Steering Gear (General), Overhaul WORK ITEM 60: Rudder(s), Preserve ("100%") WORK ITEM 61: Sewage and Grey Water Tanks, Commercial Clean WORK ITEM 62: Exhaust Stacks (Exterior), Preserve WORK ITEM 63: Water Tight Hatches (Internal DC Deck and Below), Renew WORK ITEM 64: Ship Structures, Inspect for Presence of Lead-Based Paint WORK ITEM 65: Hull Plating (Freeboard), Ultrasonic Testing WORK ITEM 66: Tanks (MP Fuel Service), Clean and Inspect - Tender WORK ITEM 67: Propulsion Shafting, Renew WORK ITEM 68: Fathometer Transducer, General Maintenance WORK ITEM 69: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 70: Forward Peak Compartment Bulkheads and Overhead Surfaces, Preserve WORK ITEM 71: Main Mast, Preserve - Partial WORK ITEM 72: Handrails and Stanchions, Renew WORK ITEM 73: Hull Plating (U/W Body), Inspect WORK ITEM 74: Propulsion Shaft Coating, Renew WORK ITEM 75: Propulsion Shaft Bearings (External), Renew WORK ITEM 76: Auxiliary Sea Water System Valves, Overhaul Or Renew ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for an IDIQ contract for a base plus 4 option periods from Jan 1, 2016 thru Dec 31, 2020 (Subject to change at the discretion of the Government). Base Period: Jan 01, 2016 thru Dec 31, 2016 Option Period 1: Jan 01, 2017 thru Dec 31, 2017 Option Period 2: Jan 01, 2018 thru Dec 31, 2018 Option Period 3: Jan 01, 2019 thru Dec 31, 2019 Option Period 4: Jan 01, 2020 thru Dec 31, 2020 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 Mei.S.Chan@uscg.mil no later than 10:00 am PST on JUN 23, 2015, 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: Please provide the following documentation as it applies to you company. 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 (WOSB) 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. 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. SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Jul 2013). SAM can be obtained by accessing the internet at https://www.sam.gov/portal/SAM/ 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/USCG-IBCT-65_WYTL-DD/listing.html)
- Record
- SN03756511-W 20150610/150608234729-ffc3a6ff52d61726a57a100a0c9250c5 (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 |