SOURCES SOUGHT
J -- BARBARA MABRITY FY 2023 DRYDOCK REPAIRS
- Notice Date
- 6/17/2022 11:05:24 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
- 70Z08523SP4011B00
- Response Due
- 7/1/2022 11:30:00 AM
- Point of Contact
- Barri Craig, Iris Johnson
- E-Mail Address
-
barri.a.craig@uscg.mil, Iris.M.Johnson@uscg.mil
(barri.a.craig@uscg.mil, Iris.M.Johnson@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- BARBARA MABRITY FY 2023 DRYDOCK REPAIRS This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. 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, and (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. This notice is issued by the U.S. Coast Guard (USCG), Surface Forces Logistics Center (SFLC), Ice-Breaker Buoy and Construction Tender (IBCT) Product Line, Baltimore, MD. United States Coast Guard Cutter (USCGC) BARBARA MABRITY (WLM 559) DRY DOCK (DD) REPAIRS FY 2023. Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools, and other such things as are necessary to perform DD repairs to the USCGC BARBARA MABRITY (WLM 559) � a 175' class construction tender cutter, currently home-ported in Mobile, Alabama (AL). See separate attachment for preliminary specifications, which may be incomplete (Subject to change at the discretion of the Government) PLACE OF PERFORMANCE: Contractor�s Facilities DESCRIPTION OF WORK: See attached Specification - USCGC BARBARA MABRITY (WLM-175) Rev-0, dated 18 May 2022 ANTICIPATED PERIOD OF PERFORMANCE: 29 November 2022 through 07 February 2023; seventy (70) days. ***SEE ATTACHMENTS FOR FULL DETAILS*** The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,250 employees. 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 POC Barri Craig at Barri.A.Craig@uscg.mil 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: Please provide the following documentation as it applies to you company. 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 SDVOSB 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 VOSB 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 (WOSB) 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 336611. 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 at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (OCT 2018). SAM can be obtained by accessing the internet at https://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 Contract Opportunities (formerly FedBizOpps) the website https://sam.gov/. It is the potential offeror's responsibility to monitor Contract Opportunities 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://sam.gov/opp/498837eda8544aaa8b54fd2a38db0460/view)
- Record
- SN06362767-F 20220619/220617230111 (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 |