SOURCES SOUGHT
20 -- USCG KANAWHA DRY DOCK - SPECIFICATION FOR DRYDOCK REPAIRS USCGC KANAWHA (WLR 75407)
- Notice Date
- 7/3/2018
- 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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- 70Z08518I40018B00
- Archive Date
- 8/2/2018
- Point of Contact
- Adam F. Petty, Phone: 4107626651, Travis Spires, Phone: 4107626020
- E-Mail Address
-
Adam.F.Petty@uscg.mil, Travis.A.Spires@uscg.mil
(Adam.F.Petty@uscg.mil, Travis.A.Spires@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIFICATION FOR DRYDOCK REPAIRS USCGC KANAWHA (WLR 75407) SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS FOR USCGC KANAWHA (WLR 75407) This is a 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, and Norfolk, VA to identify sources capable of providing the following: Drydock Repairs: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to USCGC KANAWHA (WLR 75407), homeport is Pine Bluff, AR. All work to be performed at a Contractor's drydock facility. This availability is subject to change at the discretion of the Government. Anticipated Period of Performance: The period of performance is anticipated to be for ONE HUNDRED THIRTY-SIX (136) calendar days with a start date of 07 January 2019 through 27 February 2018, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award. Geographical Restriction: None. All work shall be performed at the contractor's facility. NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. Scope of Work: The scope of the acquisition is for the drydock repairs for USCGC KANAWHA (WLR 75407). This work will include, but is not limited to the following WORK ITEMS: WORK ITEM 1: Hull Plating (Side Scan), Ultrasonic Testing - Tender WORK ITEM 2: Hull Plating (U/W Body), Inspect - Tender WORK ITEM 3: Voids (Non-Accessible), Leak Test - Tender WORK ITEM 4: Voids (Non-Accessible), Internal Surfaces, Preserve WORK ITEM 5: Tanks (Mp Fuel Service), Clean And Inspect - Tender WORK ITEM 6: Propulsion Shafting; Remove, Inspect, and Reinstall WORK ITEM 7: Propulsion Shafting, Straighten WORK ITEM 8: Propulsion Shaft Bearings (External), Check Clearances WORK ITEM 9: Propulsion Shaft Bearings (External), Renew WORK ITEM 10: Propeller, Perform Minor Repairs and Reconditioning WORK ITEM 11: Propellers, Remove, Inspect, and Reinstall WORK ITEM 12: Keel Coolers, Clean, Inspect and Hydro WORK ITEM 13: Fathometer Transducer, General Maintenance WORK ITEM 14: Rudder Assembly; Remove, Inspect and Reinstall WORK ITEM 15: Rudder(s), Preserve ("100%") WORK ITEM 16: Spuds, Overhaul - Tender WORK ITEM 17: Spud Wells, Preserve - Tender WORK ITEM 18: Sewage Holding Tank(s), Clean and Inspect - Tender WORK ITEM 19: Cathodic Protection / Magnesium Anodes, Renew - Tender WORK ITEM 20: Drydock - Tender WORK ITEM 21: Temporary Services, Provide - Tender WORK ITEM 22: Sea Trial Performance, Support, Provide WORK ITEM 23: Hull Plating (Side Scan), Ultrasonic Testing - Barge WORK ITEM 24: Hull Plating (U/W Body), Inspect - Barge WORK ITEM 25: U/W Body, Preserve (100%) - Barge WORK ITEM 26: Hull Plating Freeboard, Preserve "100%" - Barge WORK ITEM 27: Appendages (U/W), Leak Test - Barge WORK ITEM 28: Appendages (U/W) - Internal, Preserve - Barge WORK ITEM 29: Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect - Barge WORK ITEM 30: Voids (Non-Accessible), Leak Test - Barge WORK ITEM 31: Voids (Non-Accessible), Internal Surfaces, Preserve WORK ITEM 32: Keel Coolers, Clean, Inspect and Hydro WORK ITEM 33: Fathometer Transducer, General Maintenance WORK ITEM 34: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test - Barge WORK ITEM 35: Spuds, Overhaul - Barge WORK ITEM 36: Spud Wells, Preserve - Barge WORK ITEM 37: Decks - Exterior (Buoy or Construction Deck), Preserve 100% WORK ITEM 38: Cathodic Protection / Magnesium Anodes, Renew - Barge WORK ITEM 39: Drydock - Barge WORK ITEM 40: Boat Davit Winch, Shrink Wrap WORK ITEM 41: Buoy and Cargo Handling Crane, Shrink Wrap WORK ITEM 42: Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement WORK ITEM 43: Watertight Doors and Scuttles (Internal, DC Deck and Below), Renew WORK ITEM 44: Anti-Ventilation Underwater Hull Strakes, Installation WORK ITEM 45: Buoy Port Repair WORK ITEM 46: Lazarette, Preserve 100% WORK ITEM 47: Crew Head Shower Drains, Renew WORK ITEM 48: Main Deck, Repair WORK ITEM 49: Potable Water Piping, Renew WORK ITEM 50: U/W Body, Preserve (100%) - Tender 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: Adam.F.Petty@uscg.mil no later than July 18, 2018 at 11:00AM, Eastern Standard Time. 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. 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: 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 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: Need to be registered 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/USCGELC/70Z08518I40018B00/listing.html)
- Place of Performance
- Address: USCGC Kanawha(WLR-75407), 4101 PORT RD, Pine Bluff, Arkansas, 71601, United States
- Zip Code: 71601
- Zip Code: 71601
- Record
- SN04978967-W 20180705/180703231153-92d1d40d026575635e92a7ca8372be57 (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 |