Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
SOURCES SOUGHT

J -- DOCK-SIDE (DS): Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Dockside (DS) repairs of United States Coast Guard Cutters (USCGC) KIMBALL (WMSL 756) and MIDGETT (WMSL 757) at Cutter�s Home Port in Honolulu HI

Notice Date
5/7/2021 4:12:00 PM
 
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
70Z08521IHONOIDIQ
 
Response Due
5/14/2021 2:00:00 PM
 
Archive Date
05/29/2021
 
Point of Contact
Wilma L. Estrada, Phone: 510-437-5423, Valerie S Rivera-Chase, Phone: 5104375422
 
E-Mail Address
Wilma.L.Estrada@uscg.mil, Valerie.S.RiveraChase@uscg.mil
(Wilma.L.Estrada@uscg.mil, Valerie.S.RiveraChase@uscg.mil)
 
Description
This announcement is a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential businesses. The Government may use responses to this sources sought synopsis to determine the method of procurement including whether to set-aside the procurement for small businesses or other set-aside programs.� The U.S. Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is conducting market research for potential qualified contractors to perform dockside repairs of the USCGC KIMBALL and USCGC MIDGETT, 418 foot National Security Cutters home ported at Base Honolulu, Honolulu, HI.� An IDIQ MATOC is anticipated for award with an approximate base period of September 1, 2021 through August 31, 2022 with three option years.� PLACE OF PERFORMANCE:� The Cutter�s home port in Honolulu, HI. GEOGRAPHICAL RESTRICTION: None Work includes, but is not limited to the following for the MIDGETT: Cargo Handling Elevator, Annual Inspection and Test, Perform Fire Extinguishing System (Galley Grease), Inspect And Test Heptafluoropropane (HFP) Fire Extinguishing System, Inspect and Test Gas Turbine Module Fixed CO2 Fire Extinguishing System, Inspect And Test Water Mist Fire Extinguishing System, Inspection Oily Water Separator (OWS) System, Inspect and Groom Lift Station Tanks, Clean and Inspect Tanks (Ballast), Clean and Inspect Tanks (Ballast), Preserve �Partial Deck Covering (Slip-Resistant), Renew Tenting, Provide Work includes, but is not limited to the following for the KIMBALL: Fire Extinguishing System (Galley Grease), Inspect And Test Gas Turbine Module Fixed CO2 Fire Extinguishing System, Inspect And Test Heptafluoropropane (HFP) Fire Extinguishing System, Inspect and Test Water Mist Fire Extinguishing System, Inspection Water Mist Fire Extinguishing System, Discharge Test Circuit Breakers (Draw Out), Inspect and Test Reduction Gears Flexible Hoses, Renew High Purity Water Tank, Clean And Inspect Tanks (Ballast), Clean and Inspect Tanks (MP Fuel Service), Clean and Inspect Tanks (MP Fuel Storage and Overflow), Clean and Inspect Tank Sounding Tube, Replace Bulkhead Insulation, Renew Main Propulsion Diesel Engine Exhaust Insulation, Renew Tanks (Oily Waste), Clean and Inspect Folding Boom Cranes, Biennial Maintenance, Perform Tanks (Ballast), Preserve �100%� Tanks (Water Mist), Preserve �Partial� Deck Covering (Polymeric), Repair and Seal Deck Covering (Slip-Resistant), Renew Tenting, Provide �Deck Covering (Slip-Resistant) Flight Deck, Renew The North American Industry Classification System Code (NAICS) for this requirement is 336611 � Ship Building and Repairing FSC Code for this requirement: J999 � Non-Nuclear Ship Repair (West) Size Standard: 1,250 Employees Interested parties having capabilities necessary to meet or exceed the above mentioned work items are invited to provide information to contribute to this sources sought notice including commercial market information and company information. The following information must be submitted: Company name, address, phone number, email address, point of contact, DUNS number business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) and documentation verifying status. � Capability to perform work similar to the above work items. ����� 3. �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. � 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. If interested or if you have questions, please send your information and/or questions via email to Contract Specialist, Valerie Rivera-Chase at Valerie.S.RiveraChase@uscg.mil and to Contracting Officer, Wilma Estrada at Wilma.L.Estrada@uscg.mil. �Response deadline: 14 May 2021, 2:00 p.m. Pacific Standard Time. No cost or pricing data is required. The Government intends to advertise a solicitation for this project in the future. At this time, a solicitation does not exist; therefore, offers shall not be accepted. It is the potential Offeror's responsibility to monitor https://beta.sam.gov/ for release of any future solicitation that may result from this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/19e84cc8476b4748afc60825a0155516/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN05995678-F 20210509/210507230117 (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.