SOURCES SOUGHT
J -- CGC GEORGE COBB DD FY25
- Notice Date
- 6/14/2024 12:15:31 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
- 70Z08525SSIBCT0005099
- Response Due
- 7/9/2024 9:00:00 AM
- Archive Date
- 07/12/2024
- Point of Contact
- Catherine K. Chan, Diego Avila
- E-Mail Address
-
catherine.k.chan@uscg.mil, diego.j.avila@uscg.mil
(catherine.k.chan@uscg.mil, diego.j.avila@uscg.mil)
- Description
- The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees. REQUIREMENT:� This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA 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 DRY DOCK maintenance to the U.S. Coast Guard Cutter, USCGC GEORGE COBB (WLM 564) a 175� Coastal Buoy Tender. � USCGC GEORGE COBB (WLM 564) DRY DOCK AVAILABILITY FY 24. REQUIRED OPERATIONAL CAPABILITIES AND PROJECTED OPERATIONAL ENVIRONMENT FOR THE 175-FOOT COASTAL BUOY TENDER -KEEPER CLASS:? Due to the required operational capabilities and projected operational environment for the 175-foot coastal buoy tender-keeper class, per reference (a), Required Operational Capabilities and Projected Operational Environment for the 175-Foot Coastal Buoy Tender-Keeper Class and Technical Publication 3601 - 175� WLM Class Ship�s Information Booklet, WLMs can operate in wave action up to sea state 4. Per the Beaufort Scale, sea state 4 consists of conditions with 3-ft waves (5-ft max) and wind speeds of 11-16 kts. The Gulf of Alaska commonly exceeds sea state 4 per NAVAIR 50-1C-552 - U. S. Navy Marine Climatic Atlas of the World, and thereby provides limited safe windows for USCGC GEORGE COBB to transit. (a)?Coast Guard Projected Operational Environment for the WLM 175� Keeper Class Coastal Buoy Tender, OPNAVINST F3501.364 / COMDTINST M3501.61 (b)??Climatic Atlas, Volume 1, NAVAIR 50-1C-552? ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. GEOGRAPHICAL RESTRICTION: N/A PLACE OF PERFORMANCE: VENDOR�S LOCATION DRY DOCK AVAILABILITY Contractor�s Facility.� USCGC GEORGE COBB is homeported in San Pedro, CA DESCRIPTION OF WORK: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRY DOCK maintenance to the U.S. Coast Guard Cutter. Description: work includes approximately, but is not limited to, 99 Work Items including: steel repair, tank cleaning and inspection, ventilation cleaning and inspection, servicing machinery, insulation replacement, steel preservation, and deck repair.� The scope of the acquisition is overhaul, renew, and repair various items. D-001 Fire Prevention Requirements D-002 Hull Plating, U/W Body, Inspect D-003 Hull Plating, U/W Body, Ultrasonic Testing O-004 U/W Body, Preserve, Partial, Condition A O-005 U/W Body, Preserve, Partial, Condition B O-006 U/W Body, Preserve, Partial, Condition C O-007 Hull Plating Freeboard, Preserve, Partial O-008 Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew O-009 Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew D-010 Appendages, U/W, Leak Test O-011 Appendages, U/W, Internal, Preserve D-012 Chain Lockers, Clean and Inspect D-013 Tanks, Potable Water, Clean and Inspect D-014 Tanks, Lube Oil, Clean and Inspect D-015 Tanks, Ballast, Clean and Inspect D-016 Voids, Accessible, Clean and Inspect D-017 Tanks, Dirty Oil and Waste, Clean and Inspect D-018 Z-Drive Input Drive Shaft, Bearings Inspect D-019 Z-Drive Input Drive Shaft, Alignment Check D-020 Z-Drive Propulsion Unit, Renew, Drydock D-021 Z-Drive Coolers, Clean and Inspect D-022 Z-Drive Input Drive Shaft, Thrust Bearing Renewal D-023 Fathometer Transducer, Renew D-024 Sea Valves� and Waster Pieces, Overhaul Or Renew D-025 Sea Strainers, Duplex, All Sizes, Overhaul D-026 Sea Strainers, Simplex, All Sizes, Clean and Inspect D-027 Sea Bay, Clean and Inspect D-028 Sea Bay, Preserve 100% D-029 Point of Use Potable Water Filters, Install D-030 Potable Water Pneumatic Tanks, Clean and Inspect D-031 Hot Water Accumulator Tanks, Clean and Inspect D-032 Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift D-033 Thruster Unit (General), Overhaul D-034 Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test D-035 Anchor Windlass, Inspect And Service D-036 Anchor Chains and Ground Tackle, Inspect and Repair D-037 Anchors, Preserve D-038 Towing Bitts, Chocks, and Fairleads, Inspect and Test D-039 Hull Fittings (Mooring and Towing), Inspect and Test D-040 Grey Water Holding Tanks, Clean and Inspect D-041 Sewage Holding Tanks, Clean and Inspect D-042 Grey Water Piping, Clean and Flush D-043 Sewage Piping, Clean and Flush O-044 Tanks, Grey Water Holding, Preserve, Partial O-045 Tanks (Sewage Holding), Preserve, 100 percent O-046 Tanks (Sewage Holding), Preserve, Partial O-047 Tanks, Ballast, Preserve, 100 Percent O-048 Tanks, Ballast, Preserve, Partial O-049 Chain Locker, Preserve, 100 Percent O-050 Tanks, Dirty Oil and Waste, Preserve, 100 Percent, O-051 Tanks, Dirty Oil and Waste, Preserve, Partial, O-052 Tanks, Grey Water Holding, Preserve, 100 Percent O-053 Tanks, Potable Water Preserve, 100 Percent O-054 Tanks, Potable Water, Preserve, Partial, D-055 Decks � Exterior (Buoy or Construction Deck), Preserve 100% D-056 Superstructure, Preserve, 100% D-057 Exhaust Stacks, Exterior, Preserve D-058 Cathodic Protection, Zinc Anodes, Renew, D-059 Drydock D-060 Temporary Services, Provide � Cutter D-061 Sea Trial Performance, Support, Provide D-062 Main Mast, Preserve, 100% D-063 Oily Water Separator, Replace D-064 Thruster Quick Disconnects (QDs), Install D-065 Bilges, Preserve D-066 Slip Resistant Sheets, Exterior Decks, Renew D-067 Watertight Doors and Scuttles, External, Renew D-068 Watertight Hatches, External DC Deck and Below, Renew D-069 Directional Control Valve, Upgrade D-070 Seawater Piping Anti-Fouling System, Install D-071 Doppler Speed Log, Upgrade D-072 Flame Detectors, Replace D-073 Deck Covering (Interior Wet/Dry), Renew D-074 Compartment Decks, Preserve D-075 Crew�s Quarters Racks, Renew D-076 Exterior Vent, Renew D-077 Hand Rail Stanchions Renew D-078 Compartment Insulation, General, Renew D-079 Single Point Davit Hydraulic Piping, Renew D-080 Auxiliary Sea Water (ASW) Valves, Renew D-081 01 Level Deck Aft, Repair D-082 Mechanical Remote Valve Operators, Renew D-084 Fairleads, Renew D-085 Independent NACE Inspector (Level 3), Provide D-086 Tenting, Provide D-087 Deck Tie Down, Renew D-088 Deck Covering, Electrical Matting, Renew D-089 Sewage Valves, Renew D-090 Forecastle Deck Flood Light Fdn, Renew D-091 Hose Bracket Repair D-092 Aircastle Repair D-093 Fwd Mast Ladder Renew D-094 Engine Intake Screen, Renew D-095 02 Level Deck, Repair D-096 Vents 01-13-1 and 01-15-2, Renew D-097 Sewage Vent Piping, Renew D-098 Z-drive Steering Hydraulic Piping, Renewal D-099 Gooseneck Vent Piping, Renew D-00B GFP Report ANTICIPATED PERIOD OF PERFORMANCE: December 10, 2024 through February 17, 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: Cat Chan @ catherine.k.chan@uscg.mil and Diego Avila @ diego.j.avila@uscg.mil no later than 0900 PST July 09, 2024, with all of 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 your 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 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://www.sam.gov/SAM/ 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3bc66fd6ce88454983316f09918bbc22/view)
- Place of Performance
- Address: San Pedro, CA, USA
- Country: USA
- Country: USA
- Record
- SN07098542-F 20240616/240614230127 (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 |