Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
MODIFICATION

J -- Dockside Repairs of CGC DOUGLAS MUNRO (WHEC 724) AND CGC ALEX HALEY (WMEC 39)

Notice Date
9/6/2018
 
Notice Type
Modification/Amendment
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
70Z08519SSDMUNRODS
 
Point of Contact
Valerie S Rivera-Chase, Phone: (510) 637-5972
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil
(Valerie.S.RiveraChase@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform dockside repairs of CGC DOUGLAS MUNRO (WHEC 724), a 378 foot high endurance cutter and CGC ALEX HALEY (WMEC 39), a 282 foot medium endurance cutter, both home ported in Kodiak, AK. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. To increase market competition, the CGC DOUGLAS MUNRO and CGC ALEX HALEY dockside repairs is being opened up to the US West Coast, which includes Alaska and Hawaii and to the East Coast. Interested offerors should note that these two availabilities will be performed and accomplished at the vessels home berth in Kodiak, Alaska. TENTATIVE PERIOD OF PERFORMANCE: For CGC DOUGLAS MUNRO - 30 April 2019 through 05 July 2019 For CGC ALEX HALEY - 26 June 2019 through 31 August 2019 Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for both cutters. Sampling of work to be performed: FOR CGC DOUGLAS MUNRO: WORK ITEM 1: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 2: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 3: Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect WORK ITEM 4: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean WORK ITEM 5: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean WORK ITEM 6: Boiler Exhaust Stack Uptakes, Commercial Clean WORK ITEM 7: Circuit Breakers (60 Hz), Inspect and Test WORK ITEM 8: Breakers (Degaussing), Inspect and Test WORK ITEM 9: Tachometers, Calibrate WORK ITEM 10: Evaporator (General), Overhaul WORK ITEM 11: Potable Water Pneumatic Tank(s), Clean and Inspect WORK ITEM 12: Hot Water Accumulator Tanks, Clean and Inspect WORK ITEM 13: Steering Gear (General) Overhaul WORK ITEM 14: Oily Water Separator, Overhaul WORK ITEM 15: Temporary Services, Provide - Cutter WORK ITEM 16: Fuel Oil Manifold, Overhaul WORK ITEM 17: Chilled Water System, Flush WORK ITEM 18: Chilled Water System Insulation, Renew WORK ITEM 19: Fan Plenum Preservation WORK ITEM 20: Fan Room 01-97-1-Q Preservation WORK ITEM 21: Fan Room 01-97-2-Q Preservation WORK ITEM 22: Deck Preservation WORK ITEM 23: Deck Covering (Polymeric), Renew WORK ITEM 24: Electrical Matting, Renew WORK ITEM 25: Water Tight Hatches, Renew WORK ITEM 26: Gas Turbine Exhaust System, Internal Inspection WORK ITEM 27: Main Gas Turbine Exhaust Piping, Repairs (Optional) WORK ITEM 28: Tanks (Lube Oil Stowage), Clean and Inspect (Optional) WORK ITEM 29: Tanks (Fuel Stowage and Overflow), Clean and Inspect (Optional) FOR CGC ALEX HALEY: WORK ITEM 1: Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect WORK ITEM 2: Tanks (Mp Fuel Service), Clean And Inspect WORK ITEM 3: Steering Gear (General), Overhaul WORK ITEM 4: Helo Talon Grids, Inspect And Test WORK ITEM 5: Grey Water Holding Tank(s), Clean and Inspect WORK ITEM 6: Sewage Holding Tank(s), Clean and Inspect WORK ITEM 7: Sewage Piping, Clean And Flush WORK ITEM 8: Temporary Services, Provide - Cutter WORK ITEM 9: Tanks (Dirty Oil), Clean and Inspect WORK ITEM 10: Circuit Breakers (60 Hz), Inspect and Test WORK ITEM 11: Circuit Breakers (400 Hz), Inspect and Test WORK ITEM 12: MDE Exhaust Stacks, Commercial Clean WORK ITEM 13: Warping Capstan (Gen), Level 2 Inspect and Test WORK ITEM 14: Fire Pump, Overhaul WORK ITEM 15: Fuel Oil Tank Vent Penetrations, Repair WORK ITEM 16: Life Rafts, Upgrade to Navy MKVII WORK ITEM 17: Hangar Deck Plating, Renew WORK ITEM 18: Exterior Decks, Preserve WORK ITEM 19: Flight Deck, Preserve WORK ITEM 20: Helicopter Hangar Deck, Preserve 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 Valerie.s.riverachase@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 01 October 2018 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 3366 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/VPLMLCP/70Z08519SSDMUNRODS/listing.html)
 
Place of Performance
Address: Kodiak, Alaska, United States
 
Record
SN05075035-W 20180908/180906231307-0195fb2ff1c8295daf3284ee2197ebf5 (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.