SOURCES SOUGHT
J -- DOCKSIDE REPAIRS FOR THE USCGC SMILAX
- Notice Date
- 8/2/2018
- 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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- DSSMILAXFY19
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591, Timothy Shuhart, Phone: 757-628-4602
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil
(Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS onboard the USCGC SMILAX. 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 materials, equipment, and personnel to DOCKSIDE repairs to the USCGC SMILAX, a 100 Foot Inland Construction Tender. This vessel's home port is at Base Ft. Macon, Atlantic Beach, NC 28512. The place of performance is at the contractor's facility. The required performance period is Forty-Nine days to include a start date on or about 29 Jan 2019 and end date on or about 12 March 2019; subject to change. SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE repairs of the USCGC SMILAX. This work will include, but is not limited to the following work items: (THIS REQUIREMENT IS SUBJECT TO AVAILABILTY OF FUNDS) Tanks (Potable Water), Clean and Inspect Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean Vent Ducts (Engine And Motor Room All), Commercial Cleaning Vent Ducts (Galley and Pantry Room All), Commercial Cleaning Vent Ducts (All Other), Commercial Cleaning Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift - Tender Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test Crossdeck Winch, Inspect & Service- Tender Spud Winches, Inspect & Service - Tender Sewage Holding Tank(s), Clean and Inspect Sewage Piping, Clean And Flush Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect - Barge Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift - Barge Hull Fittings (Mooring and Towing), Inspect and Test - Barge Spuds, Overhaul - Barge Spud Winches, Inspect & Service - Barge Spud Wells, Inspect - Barge Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement Links, Gripes, Binders and Jacks, Service, Inspect and Test Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) Main Mast, Preserve, 100% Handrails and Stanchions, Renew Vent Duct Systems, Repair Bolt In Windows, Renew GEOGRAPHICAL RESTRICTIONS- USCGC SMILAX'S HOMEPIER NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 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 13 August 2018 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. THIS REQUIREMENT IS SUBJECT TO AVAILABILTY OF FUNDS AND BE CANCELLED IF FUNDS ARE NOT PROVIDED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DSSMILAXFY19/listing.html)
- Place of Performance
- Address: ATLANTIC BEACH, North Carolina, 28512, United States
- Zip Code: 28512
- Zip Code: 28512
- Record
- SN05017894-W 20180804/180802231324-e6a5a3a7f23c68d6a92500764769c7c2 (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 |