Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOURCES SOUGHT

J -- USCGC NARWAHL DRYDOCK FY21

Notice Date
9/22/2020 7:18:10 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NARWAHL_DDFY21
 
Response Due
9/28/2020 1:30:00 PM
 
Archive Date
10/13/2020
 
Point of Contact
LENORE D SEVIER, Phone: 757-628-4945 or 501-422-1706, Fax: 7576284676, Tracey Strawbridge, Phone: 7576284644
 
E-Mail Address
lenore.d.sevier@uscg.mil, tracey.strawbridge@uscg.mil
(lenore.d.sevier@uscg.mil, tracey.strawbridge@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE DRYDOCK� FY 21 REPAIRS FOR USCGC NARWAHL (WPB-87335) This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or 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 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: DRY-DOCK REPAIRS: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to USCGC NARWAHL (WPB-87335). Homeport is Corona De Mar, California. All work is to be performed at a Contractor�s drydock facility. This availability is subject to change at the discretion of the Government. GEOGRAPHIC RESTRICTION: USCGC NARWAHL�s transit is restricted to Washington homeport CPBs: Strait of Juan de Fuca and Puget Sound, WA. California (San Francisco Bay and South) homeport CPBs: United States West Coast San Francisco Bay and South. Northern California (North of San Francisco Bay) homeport CPBs: United States West Coast, Columbia River and South. Hawaii homeport CPBs: Within the State of Hawaii. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for sixty-four (64) calendar days with a start date of 20 April through 22 June 2021, (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 drydock repairs for USCGC NARWAHL (WPB-87335). This work will include, but is not limited to the following WORK ITEMS (subject to change at the discretion of the Government): NARWAHL DD FY 21 WORK ITEMS WORK ITEM 1: Structural Analysis, 3D Laser Scan, Perform WORK ITEM 2: Hull Plating (Side Scan), Ultrasonic Testing WORK ITEM 3: Ultrasonic Thickness Measurements, Perform WORK ITEM 4: U/W Body, Preserve (100%) WORK ITEM 5: Hull Plating Freeboard, Preserve ""100%"" WORK ITEM 6: Tank, Dirty Oil, Clean and Inspect WORK ITEM 7: Tank, Oily Water, Clean and Inspect WORK ITEM 8: Tanks (MP Fuel Service), Clean and Inspect WORK ITEM 9: Decks, Exterior (Main Deck), Preserve WORK ITEM 10: Capastic Fairing, Depth Sounder, Renew WORK ITEM 11: Mast, Preserve (""100%"") � Contractor Interference Removal WORK ITEM 12: Main Engine/Reduction Gear, Realign WORK ITEM 13: Intermediate Water-Lubricated Propulsion Shaft Bearings, Renew WORK ITEM 14: Aft Water-Lubricated Propulsion Shaft Bearings, Renew WORK ITEM 15: Intermediate Bearing Carriers, Renew WORK ITEM 16: Aft Bearing Carriers, Renew WORK ITEM 17: Stern Tube Interior Surfaces, Preserve 100% WORK ITEM 18: Propellers, Renew WORK ITEM 19: Fathometer Transducer, Renew WORK ITEM 20: Speed Log, Skin Valve, Renew WORK ITEM 21: Sea Water System, Perform Maintenance WORK ITEM 22: Rudder Assemblies, Renew WORK ITEM 23: Stern Launch Door, Remove, Inspect and Reinstall WORK ITEM 24: Grey Water Holding Tank(s), Clean and Inspect WORK ITEM 25: Grey Water Piping, Clean And Flush WORK ITEM 26: Cathodic Protection/Zinc Anodes, Renew WORK ITEM 27: Drydock WORK ITEM 28: Temporary Services, Provide - Cutter WORK ITEM 29: Sea Trial Performance, Support, Provide WORK ITEM 30: Bilge Zinc(s), Remove WORK ITEM 31: Fire Alarm Control Panel, Replace WORK ITEM 32: Foundation, Boat Winch, Modify WORK ITEM 33: HVAC 2-Stage Intake Separator, Modify WORK ITEM 34: Main Mast, Modify WORK ITEM 35: Oily Water Separator, Remove WORK ITEM 36: Sewage Air Compressor, Remove WORK ITEM 37: Deck Locker, Preserve and Insulate WORK ITEM 38: Propulsion Shafts, Remove, Inspect and Reinstall WORK ITEM 39: Duct, Exhaust, Main Diesel Engine (MDE) - Starboard, Repair WORK ITEM 40: Rack Light, Renew WORK ITEM 41: HVAC Air Intake Box, Air Template Box, and Duct � Renew 3 WORK ITEM 42: Tow Rail, Renew WORK ITEM 43: Transom Boarding Ladder, Renew WORK ITEM 44: Windshield Wiper Assembly, Renew WORK ITEM 45: Lazaret, Bulkhead(s) Preserve WORK ITEM 46: Superstructure, Preserve, Partial WORK ITEM 47: Interior Deck Covering System, Reseal 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 email to: Lenore.D. Sevier@uscg.mil no later than September 28, 2020 at 4:30 PM EST. 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, Hub Zone 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 Hub Zone status, provide a copy of your Hub Zone 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 for 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. Brief statement on how your company will perform the work and confirmation 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; include contract numbers, project titles, and dollar amounts, points of 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: 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 beta.SAM.GOVwebsite. It is the potential offeror's responsibility to monitor beta. SAM Government website 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
SAM.gov Permalink
(https://beta.sam.gov/opp/63466ef3d9b841b7a50b6b5229e36ace/view)
 
Place of Performance
Address: Corona del Mar, CA 92625, USA
Zip Code: 92625
Country: USA
 
Record
SN05807619-F 20200924/200922230214 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.