SOURCES SOUGHT
20 -- CGC MANTA FY19 DOCKSIDE REPAIRS
- Notice Date
- 8/28/2018
- 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-CGC_MANTA_DS
- Archive Date
- 9/27/2018
- Point of Contact
- Lana Denning, Phone: 7576284136, Tracey Strawbridge, Phone: 7576284644
- E-Mail Address
-
Lana.E.Denning@uscg.mil, Tracey.Strawbridge@uscg.mil
(Lana.E.Denning@uscg.mil, Tracey.Strawbridge@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS FOR CGC MANTA (WPB-87320) This is a SOURCES SOUGHT NOTICE for market research purposes only and does not constitute a Request for Proposal/Quotation. 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 claims against the Government shall arise as 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 exist. (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 companies 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 in Norfolk, VA to identify sources capable of providing the following: DOCKSIDE REPAIRS : Contractor shall provide all necessary materials, equipment, and personnel to perform dockside repairs to USCGC MANTA (WPB-87320). All work is to be performed at the vessel's homeport in Corpus Christi, Texas. 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 SIXTY (60) calendar days with a start date of 27 March 2019 through 26 May 2019, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award. 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 dockside repairs for USCGC MANTA (WPB-87320). This work will include, but is not limited to, the following WORK ITEMS: WORK ITEM 1: SHIP SERVICE DIESEL GENERATOR SETS, REPLACE WORK ITEM 2: VENTILIATION SYSTEM, ENGINE ROOM SUPPLY AND EXHAUST FAN ASSEMBLIES, CLEAN AND INSPECT WORK ITEM 3 : INSULATION RENEW WORK ITEM 4: INTERIOR DECK COVERING SYSTEM, RENEW WORK ITEM 5: JOINER BULKHEAD PANELS, RENEW WORK ITEM 6: DUCTING, HVAC SYSTEM, CLEAN WORK ITEM 7: HVAC SYSTEM, REPAIR WORK ITEM 8: HVAC AIR DUCTING, RENEW WORK ITEM 9: ANCHOR ROPE DRUM, REPAIR WORK ITEM 10: SOFT PATCH DECK COVERING, SEALS, RENEW WORK ITEM 11: MOTOR CONTROLLER, INSTALL WORK ITEM 12: HVAC 2-STAGE INTAKE SEPARATOR, MODIFY WORK ITEM 13: MAST MULTI-CABLE TRANSIT (MCT) FRAME, RENEW WORK ITEM 14: MOUNT, HF ANTENNA, RENEW SUBMISSION OF INFORMATION: Companies having the capabilities necessary to meet or exceed the stated requirements are invited to provide information in response to this market survey/sources sought notice. Companies may respond to this Sources Sought Notice via e-mail to: Lana.E.Denning@uscg.mil no later than September 12, 2018 at 3:00 PM, Eastern Standard 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: 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: 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. Briefly state how your company will perform the work and confirm 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. Team Arrangements: Should you wish to use any type of contractor teaming arrangement, specifically a partnership or joint venture, you must provide a signed copy of the teaming arrangement. 7. Past Performance Information: Evidence of successful performance in work similar in type and scope within the last two years, to include contract numbers, project titles, and dollar amounts, point and contact and telephone numbers. For joint ventures, 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: Offerors 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/COUSCGMLCA/70Z080-19-S-CGC_MANTA_DS/listing.html)
- Place of Performance
- Address: 1201 E. Navigation Blvd, Corpus Christi, Texas, 78402, United States
- Zip Code: 78402
- Zip Code: 78402
- Record
- SN05060844-W 20180830/180828231830-aa35861ed1bafb44e6dcb255aeebfb69 (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 |