Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2023 SAM #7911
SOURCES SOUGHT

J -- USCGC HUDSON (WLIC 801) FY24 DRYDOCK (DD) Availability

Notice Date
7/24/2023 8:01:09 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
70Z085-24-R-P230020952
 
Response Due
8/4/2023 10:00:00 AM
 
Archive Date
08/19/2023
 
Point of Contact
Diego Avila, Phone: 7576284175, Arlene Wright, Phone: 7576284204
 
E-Mail Address
diego.j.avila@uscg.mil, Arlene.D.Wright@uscg.mil
(diego.j.avila@uscg.mil, Arlene.D.Wright@uscg.mil)
 
Description
Sources Sought Title: DRYDOCK-REPAIRS- USCGC HUDSON (WLIC 801) DRYDOCK (DD) FY24 Availability Notice Type: Sources Sought This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,250 employees. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Norfolk, VA to identify sources capable of providing the following: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRYDOCK maintenance to the U.S. Coast Guard Cutter, USCGC HUDSON (WLIC 801) FY24 a 160� buoy tender. A WLIC's design limits its use to protected and inland waters. Open water transits are to be avoided whenever possible due to a significant reduction in righting arm due to rolling in sea states greater than 3.5 feet. The cutter is not crewed for continuous steaming and is normally limited to daylight transits. WLIC-160s are not crewed for continuous steaming and are normally limited to daylight transits. Due to crewing, a six-day transit is the limit of crew endurance under normal operations. A WLIC-160 is capable of transiting approximately 65 nm a day at an economical speed of 6.5 knots, assuming a ten-hour transit period each day to mitigate crew fatigue. Military considerations restrict Inland Construction Tenders to an area no greater than 400 nautical miles (nm) from the cutter's homeport and no open water transits. It is anticipated requests for quotes will be issued approximately 16 October 2023 and the contract would be awarded around 11 November 2023. PLACE OF PERFORMANCE: Contractor�s Facility DESCRIPTION OF WORK: CGC HUDSON is a 160� Inland Contraction Tender home ported in Miami Beach, FL.� There are approximately 68 work items in the requirement and the sampling of work items (tentative list) to be performed is listed as follows: ITEM� DESCRIPTION� D-001�Hull Plating, Side Scan, Ultrasonic Testing�� D-002�Hull Plating, U/W Body, Inspect�� D-003�Hull Plating, Freeboard, Ultrasonic Testing�� D-004�U/W Body, Preserve (100%)�� O-005�Hull Plating Freeboard, Preserve, Partial�� O-006�Hull Plating Freeboard, Preserve, 100 Percent�� O-007�Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew�� O-008�Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew�� O-009�Hull And Structural Plating, General, 20.4 lbs. Steel Plate, Renew�� O-010�Hull And Structural Plating, General, Cracked Steel Welds, Repairs�� O-011�Hull and Structural Plating, General, Degraded Weld, Steel, Repair�� D-012�Propulsion Shaft Rope Guards, Inspect� D-013�Tanks, MP Fuel Stowage and Overflow, Clean and Inspect�� D-014�Voids, Non-Accessible, Leak Test�� O-015�Voids, Non-Accessible, Internal Surfaces, Preserve�� D-016�Tanks, MP Fuel Service, Clean and Inspect�� D-017�Tanks, Potable Water, Clean and Inspect�� D-018�Voids, Accessible, Clean and Inspect� D-019�Propulsion Shaft Seals (Inflatable), Overhaul and Inflatable Renewal� D-020�Propulsion Shafting; Remove, Inspect, and Reinstall� O-021�Propulsion Shafting, Straighten� D-022�Mechanical Shaft Seal Assemblies, Renew� D-023�Propulsion Shafting, Optical or Laser Alignment Check� D-024�Propulsion Shaft Bearings, External, Check Clearances� D-025�Propulsion Stern Tube Bearings, Check Clearances� O-026�Propulsion Shaft Bearings, External, Renew� O-027�Propulsion Stern Tube Bearings, Renew� O-028�Stern Tube Interior Surfaces, Preserve, 100 Percent� D-029�Propellers, Remove, Inspect, and Reinstall� O-030�Propeller, Minor Repairs and Reconditioning, Perform� D-031�Keel Coolers, Clean, Inspect and Hydro� D-032�Fathometer Transducer, Renew�� D-033�Sea Valves and Waster Pieces, Overhaul Or Renew� D-034�Rudder Assembly, Remove, Inspect And Reinstall� O-035�Rudders, Preserve, 100 Percent� D-036�Rudder Stock Bearings Clearances, Check� O-037�Rudder Stock Housing, Lower, Renew� O-038�Rudder Stock Housing, Upper, Renew� O-039�Spud Wells, Preserve� D-040�Spud Winches, Inspect & Service� D-041�Spud Wells, Inspect�� O-042�Tanks, MP Fuel Service, Preserve, Partial�� O-043�Tanks, MP Fuel Storage and Overflow, Preserve, Partial�� O-044�Tanks, MP Fuel Storage and Overflow, Preserve 100 Percent�� O-045�Tanks, Potable Water Preserve, 100 Percent� D-046�Decks � Exterior (Buoy or Construction Deck), Preserve 100%� D-047�Cathodic Protection, Zinc Anodes, Renew,�� D-048�Drydock�� D-049�Temporary Services, Provide� D-050�Sea Trial Performance, Support, Provide� D-051�Buoy and Cargo Handling Crane, Shrink Wrap� O-052�Lead Dust, Clean� O-053�Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement� D-054�Forward Trim Tank Repair� D-055�Forepeak Bilge, Repair�� D-056�Sea Strainer, Renew� D-057�Weather Deck Repair� D-058�Main Deck Fwd Plating Repair� D-059�Stanchions, Renew� D-060�Lead-Based Paint, Perform Spot Abatement� D-061�Fan Room, Preserve� D-062�Lube Oil Storage Tank, Install� D-063�Tanks, Ballast, Clean and Inspect�� D-064�Boat Davit Winch, Shrink Wrap� D-065�Exhaust Stacks Repair� D-066�Diesel Fired Hammer Lead, Preserve� D-067�Slip Resistant Sheets, Exterior Decks, Renew� D-068�Fire Prevention Requirements� ANTICIPATED PERIOD OF PERFORMANCE: January 09, 2024 through May 18, 2024 (Subject to change at the discretion of the Government). If the company is unable to meet this period of performance, it is incumbent upon the company to propose an alternative 70 calendar day period of performance. 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 listed in the Sam.Gov announcement with the following information/documentation: Arlene Wright @ arlene.d.wright@uscg.gov and Diego Avila @ diego.j.avila@uscg.mil no later than 1:00 PM Eastern Time August 04, 2023, with all of the following information/documentation: Subject Line: Sources Sought Response for DRYDOCK-REPAIRS- USCGC HUDSON (WLIC 801) DD Availability 1. Company Name, Address, DUNS Number, and Unique Entity Identifier (UEI): 2.� Point of Contact, Phone number, and Email address: 3.� Business Size applicable to the NAICS Code (336611): � Please state which of the following applies to your company for Business Size: a. 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. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4.� A positive Statement of your intention to submit a bid for this solicitation as a prime contractor 5. Documentation Verifying Small Business Certification.� Please provide the following documentation as it applies to your company: If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA). If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA. If claiming SDVOSBC status, provide documentation that shows the Service Disabled 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. If claiming VOSBC 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. 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 If claiming Woman Owned Small Business 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. Replies should be sent by 04 August, 2023 at 1:00 pm Eastern Standard Time to:� diego.j.avila@uscg.mil or Arlene.d.Wright@uscg.mil Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted.� After the determination a combined synopsis/solicitation will be posted on this website (https://www.Sam.gov/). Primary Point of Contact: Diego Avila diego.j.avila@uscg.mil Phone: (757) 628-4175 Arlene D. Wright Arlene.d.Wright@uscg.mil Phone:� (757) 628-6404
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff63f532c30c485aae95ddd6aa6c766f/view)
 
Record
SN06761434-F 20230726/230724230057 (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.