Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOURCES SOUGHT

J -- CGC RESOLUTE DS

Notice Date
8/27/2018
 
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
70Z080-19-S-P4502100
 
Archive Date
9/13/2018
 
Point of Contact
Kaity Ramirez, Phone: 757-628-4640
 
E-Mail Address
kaity.ramirez@uscg.mil
(kaity.ramirez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE USCGC RESOLUTE (WMEC 620) DOCKSIDE REPAIRS FY19 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, Norfolk, VA to identify sources capable of providing the following: DOCKSIDE REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the U.S. Coast Guard Cutter (USCGC) RESOLUTE (WMEC 620), a 210 Foot Medium Endurance Cutter. The vessel is home ported in St. Petersburg, Florida. All work will be performed at the cutter's homeport. There is no geographical restriction for this cutter. SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE repairs of the USCGC RESOLUTE (WMEC 620). This work will include, but is not limited to the following Work Items: WORK ITEM 1: Chill Water System, General Maintenance WORK ITEM 2: Hot Water Accumulator Tanks, Clean, Inspect, and Hydrostatically Test WORK ITEM 3: Potable Water Pneumatic Tanks, Clean, Inspect, and Hydrostatically Test WORK ITEM 4: Grey Water Holding Tanks, Clean and Inspect WORK ITEM 5: Sewage Holding Tank, Clean and Inspect WORK ITEM 6: Sewage Piping, Clean and Flush ("B Class") WORK ITEM 7: Sewage Discharge and Vacuum Pump/Motor Assemblies, Renew WORK ITEM 8: Passageway Deck, Renew and Preserve WORK ITEM 9: Void Air Escape Gooseneck, Renew WORK ITEM 10: Fuel Cross Connect Piping, Renew WORK ITEM 11: Watertight Hatch (External DC Deck and Below), Renew WORK ITEM 12: Fan Coil Units, Renew WORK ITEM 13: Small Boat Cradle Support Webbing, Renew WORK ITEM 14: Fuel Oil Piping, Renew WORK ITEM 15: Emergency Diesel Generator (EDG) Fuel Oil Tank, Replace WORK ITEM 16: Lube Oil Spinner System Discharge Piping, Modify WORK ITEM 17: Fire Hose Stations, Modify WORK ITEM 18: Single Point Davit, Renew All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for fifty-seven (57) calendar days with a start date of January 16, 2019 and end date of March 13, 2019. (Subject to change at the discretion of the Government) ANTICIPATED 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 Kaity.Ramirez@uscg.mil or via fax to (757) 628-4562 (Attn: Kaity Ramirez/C&P1-MEC) no later than 01:00 pm on August 29, 2018, Eastern Standard Time (EST) 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 : 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 VOSBC 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. 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 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/COUSCGMLCA/70Z080-19-S-P4502100/listing.html)
 
Record
SN05058134-W 20180829/180827231337-ddeedfaff1f1f6bf0a590f4f3a0f6498 (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.