SOURCES SOUGHT
J -- DOCK-SIDE (DS): USCGC BERTHOLF (WMSL 750) FQ3 FY21 DS Repairs
- Notice Date
- 9/29/2020 11:31:50 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z085-21-I-P-DS-BER-00
- Response Due
- 10/13/2020 1:00:00 PM
- Archive Date
- 10/28/2020
- Point of Contact
- David Blankenship - Contract Specialist, Wilma Estrada - Contracting Officer
- E-Mail Address
-
david.j.blankenship@uscg.mil, wilma.l.estrada@uscg.mil
(david.j.blankenship@uscg.mil, wilma.l.estrada@uscg.mil)
- Description
- The U.S. Coast Guard, Surface Forces Logistics Center (CPD-C&P2) is seeking qualified sources to perform DS repairs of the USCGC BERTHOLF (WMSL 750), a 418 foot National Security Cutter home ported at Alameda, California. The planned period of performance will be on or about April 26, 2021 through June 26, 2021.� 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 the 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. Work includes, but is not limited to the following: WORK ITEM 1: Cargo Handling Elevator, Annual Inspection and Test, Perform����� WORK ITEM 2: Gas Turbine Module Fixed CO2 Fire Extinguishing System, Inspect And Test������������ WORK ITEM 3: Heptafluoropropane (HFP) Fire Extinguishing System, Inspect and Test����� WORK ITEM 4: Fire Extinguishing System (Galley Grease), Inspect And Test����������� WORK ITEM 5: Water Mist Fire Extinguishing System, Inspect And Test��� WORK ITEM 6: Folding Boom Cranes, Biennial Maintenance, Perform����� WORK ITEM 7: Frequency Converter (400 Hz), Load Test, Perform������������� WORK ITEM 8: Main Gas Turbine (MGT) Water Wash Tank, Clean, Inspect And Hydro������� WORK ITEM 9: Oily Water Separator (OWS) System, Inspect and Groom WORK ITEM 10: Reverse Osmosis, System Groom������������ WORK ITEM 11: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 12: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect� WORK ITEM 13: Tanks (Potable Water), Clean and Inspect������������ WORK ITEM 14: Tanks (Potable Water), Preserve �Partial������������� WORK ITEM 15: Tanks (Grey Water), Clean and Inspect�� WORK ITEM 16: Tanks (Grey Water), Preserve �Partial��� WORK ITEM 17: Sewage Holding Tank(s), Clean and Inspect��������� WORK ITEM 18: VCHT Pump Discharge Check Valve, Renew��������� WORK ITEM 19: Temporary Services, Provide � Home Pier������������ WORK ITEM 20: Tank Level Indicators (Grey Water Tanks) and sounding Tube, Remove��� WORK ITEM 21: Tank Level Indicator (Grey Water Tanks), Install WORK ITEM 22: Tank Sounding Tube, Replace���� WORK ITEM 23: Potable Water Shore Tie, Modify������������� WORK ITEM 24: Sewage Shore Tie, Modify���������� WORK ITEM 25: Prototype AFFF Piping, Modify� WORK ITEM 26: Decks, Preserve (Full)��� WORK ITEM 27: Deck Covering (Slip-Resistant), Renew�� WORK ITEM 28: Quick-Acting Watertight Scuttles, Renew������������� WORK ITEM 29: Davit Platform Area Illumination Light, Install����� WORK ITEM 30: Gas Turbine Uptake Spaces, Preserve (Full)��������� WORK ITEM 31: Structure (Stack Interiors), Inspect and Repair���� WORK ITEM 32: Structure (Stack Interiors), Repair and Renew���� WORK ITEM 33: Gas Turbine Exhaust Supports, Overhaul�������������� WORK ITEM 34: Vent Ducts, Renew�������� WORK ITEM 35: Sea Painter Boom, Install������������� WORK ITEM 36: Tenting, Provide������������� WORK ITEM 37: AMR Plenums, Repair and Preserve������� WORK ITEM 38: Sewage Piping, Clean and Flush WORK ITEM 39: Sewage Piping, Renew� WORK ITEM 40: Sewage System Piping, Repair Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Responses are due no later than 1:00 p.m. Pacific time, October 13, 2020. Send responses electronically to David Blankenship at david.j.blankenship@uscg.mil (Contract Specialist) and to Wilma Estrada at wilma.l.estrada@uscg.mil (Contracting Officer).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8bc3a316433843c4afe8c77ef6c3555c/view)
- Place of Performance
- Address: Alameda, CA, USA
- Country: USA
- Country: USA
- Record
- SN05814738-F 20201001/200929230158 (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 |