Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
SOURCES SOUGHT

J -- DRYDOCK ABBIE BURGESS

Notice Date
11/24/2015
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
DDABBIEBURGESS
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC ABBIE BURGESS. 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. 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. (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 Force Logistics Center, Norfolk, VA to identify sources capable of providing the following: Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the USCGC ABBIE BURGESS (WLM 553) is a 175 Foot Buoy Tender. The homepier is located at 54 Tillson Ave, Rockland, ME 04841 SCOPE OF WORK: This vessel requires drydock repairs to include but not limited to the following work items: WORK ITEM 1: Hull Plating (U/W Body), Inspect WORK ITEM 2: Hull Plating (U/W Body), Ultrasonic Testing WORK ITEM 3: Appendages (U/W), Leak Test WORK ITEM 4: Appendages (U/W) - Internal, Preserve - Option WORK ITEM 5: Chain Lockers, Clean and Inspect WORK ITEM 6: Tanks (MP Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 7: Voids (Non-Accessible), Leak Test WORK ITEM 8: Voids (Non-Accessible), Internal Surfaces, Preserve - Option WORK ITEM 9: Tanks (Hydraulic Oil Stowage and Service), Clean and Inspect WORK ITEM 10: Tanks (Lube Oil), Clean and Inspect WORK ITEM 11: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 12: Z-Drive Propulsion Units, Overhaul WORK ITEM 13: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean WORK ITEM 14: Fathometer Transducer, Renew WORK ITEM 15: Underwater (Speed) Log Transducer(s), Renew WORK ITEM 16: Sea Strainers - Duplex (All Sizes), Overhaul WORK ITEM 17: Sea Bay, Clean and Inspect WORK ITEM 18: Sea Bay, Preserve 100% - Option WORK ITEM 19: Thruster Unit (General), Overhaul WORK ITEM 20: Hydraulic Crossdeck Winches, Inspect and Service WORK ITEM 21: Hydraulic Inhaul Winch, Inspect and Service WORK ITEM 22: Mechanical Chain Stoppers, Inspect and Service WORK ITEM 23: Anchor Windlass, Inspect and Service WORK ITEM 24: Anchor Chain(s) and Ground Tackle, Inspect and Repair WORK ITEM 25: Warping Capstan (Aft), Inspect and Service WORK ITEM 26: Tanks (Dirty Oil and Waste), Preserve "100%" - Option WORK ITEM 27: Tanks (Dirty Oil and Waste), Preserve "Partial" - Option WORK ITEM 28: U/W Body, Preserve (100%) WORK ITEM 29: Hull Plating Freeboard, Preserve "100%" WORK ITEM 30: Cathodic Protection / Zinc Anodes, Renew WORK ITEM 31: Drydock WORK ITEM 32: Temporary Services, Provide - Cutter WORK ITEM 33: Sea Trial Performance, Support, Provide WORK ITEM 34: M240 Gun Mounts, Ready Service Locker, and Ammunition Stowage Box, Install WORK ITEM 35: Bilges, Preserve WORK ITEM 36: Buoy Deck Cleats, Modify WORK ITEM 37: Power Assisted Griping System, Remove WORK ITEM 38: Buoy Crane Main Winch, CT Function, Remove WORK ITEM 39: Chain Locker, Preserve 100% - Option WORK ITEM 40: Decks - Exterior (Buoy or Construction Deck), Preserve 100% WORK ITEM 41: Tanks (Sewage Holding), Preserve "Partial" - Option WORK ITEM 42: Deck Covering, Wet/ Dry, Seal WORK ITEM 43: Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System) WORK ITEM 44: Superstructure, Preserve "100%" WORK ITEM 45: Hull and Structural Plating (General) -10.2-Pound Steel, Repair - Option WORK ITEM 46: Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Repair - Option WORK ITEM 47: Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Repair - Option WORK ITEM 48: Hull and Structural Plating (General) - 20.5-Pound Steel Plate, Repair - Option WORK ITEM 49: Hull and Structural Plating (General) - 7.5-Pound (3/16") Steel Plate, Repair - Option WORK ITEM 50: Hull and Structural Plating (General) - 7.65-Pound Steel Plate, Repair - Option WORK ITEM 51: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean WORK ITEM 52: Scuttles (External), Renew WORK ITEM 53: Deck Covering (Interior Wet/Dry), Renew WORK ITEM 54: Sewage Holding Tank Firemain Washdown Nozzle, Renew WORK ITEM 55: Decks (All Interior) Pump Room, Preserve Anticipated Period of Performance: The period of performance is anticipated to be for SEVENTY (70) calendar days with a start date of 04 May 2016 - 13 Jul 2016 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: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 07 Dec 2015 at 10:00AM, Eastern Time. **Please provide 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, HubZone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 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 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. Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. 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. After a review of the responses received from this notice, 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/DDABBIEBURGESS/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN03954497-W 20151126/151124235148-7fb32c27e30129c3b4d94d983169ddd4 (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.