Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOURCES SOUGHT

H -- Ultrasonic Side Scan Testing

Notice Date
11/10/2020 9:45:14 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04021Q60902Y00
 
Response Due
12/1/2020 12:00:00 PM
 
Archive Date
12/16/2020
 
Point of Contact
Adam F. Petty, Phone: 4107626347, Derek W Lazaroff, Phone: 4107626784
 
E-Mail Address
adam.f.petty1@uscg.mil, derek.w.lazaroff2@uscg.mil
(adam.f.petty1@uscg.mil, derek.w.lazaroff2@uscg.mil)
 
Description
ULTRASONIC SIDE SCAN TESTING ����������������������������������������������� ���� SOURCES SOUGHT NOTICE The U.S. Coast Guard Yard, Baltimore, MD, has a requirement for Side Scan Ultrasonic Testing of Underwater and Freeboard Plating Services at the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD.� The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, planning, and other items and non-personal services necessary to perform Side Scan Ultrasonic Testing services as follows: Provide Side Scan Ultrasonic Testing services with suitable side scan equipment to conduct a �Scanning Crawler Automated Test� of the vessel�s underwater (u/w) hull, freeboard plating, decks, tanks and other various areas for the presence of metal corrosion and deterioration. Measuring thickness using multiple back wall echoes is not permitted with the automated scanner. The vessel lengths vary but not limited to 327� Barque Eagle, 270� Medium Endurance Cutters, 225� Seagoing Buoy Tenders, 210� Medium Endurance Cutters, 175� Coastal Buoy Tenders, 154� Fast Response Cutters, 140� Ice Breakers, 110� and 87� Patrol Boats, 65� Tender/Barges and 75� Tender/Barges.�� Hand held Ultrasonic Thickness (UT) readings shall be taken to verify deteriorated metal areas found with side scan equipment. The Contractor shall submit a final written report within 3 working days after the side scan inspection is completed.� A copy of all repair areas shall be clearly marked on the provided shell plate drawing(s), to include a summary document of the same areas. Submit two hard copies of the report with two CD�s containing the electronic (raw) data. � The Government anticipates making a single award for this effort.� This will be an IDIQ contract consisting of one (1) base year and four (4) one-year option periods.� If you are claiming Small Business status, appropriate documentation is required.� Please submit the following as it applies: a.�������� If claiming 8(a) status, provide a copy of your 8(1) Certification from SBA. b.�������� If claiming HUBZone status, provide a copy of your HUBZone Certification from SBA. c.�������� If claiming SDVOSB status, provide documentation that shows a Service Disabled Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours.� Documentation should also be provided to show that the SDV has a service-connected disability that has been validated by the Department of Defense, Department of Veteran Affairs.� Finally, provide documentation that shows the business is small under the NAICS code 541330. d.�������� If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works at the business full-time during normal working hours. �The documentation should also show the business is small under the NAICS code 541330. 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, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works 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 3 years preceding the certification is 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 (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, controls the management and daily operations of the business, holds the highest officer position in the company, makes long-term decisions for the business and works 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 541330. g.�������� If claiming Small Business status, provide documentation to show the business is small under NAICS code 541330. Concerns having the expertise and required capabilities are invited to submit complete and current information discussing their capabilities/past performance within 21 calendar days from the date this notice is posted.� This is not a Request for Proposals; therefore, no pricing information shall be submitted at this time. Information shall be submitted via e-mail to the Contract Specialist, Adam Petty, at Adam.F.Petty1@uscg.mil.� The Government does not intend to pay for the information that is submitted.�� � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ec9eb9cdb9048d6a4f8a91759df244e/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05850820-F 20201112/201110230148 (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.