Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOURCES SOUGHT

J -- Dock-Side (DS): USCGC BERTHOLF FQ4 FY25

Notice Date
2/27/2025 6:23:47 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
70Z08525-S-BERTHOLF-DS-FQ4-FY25
 
Response Due
3/13/2025 2:00:00 PM
 
Archive Date
03/28/2025
 
Point of Contact
Lavon Lewis, Mark Cap
 
E-Mail Address
lavon.m.lewis@uscg.mil, mark.cap@uscg.mil
(lavon.m.lewis@uscg.mil, mark.cap@uscg.mil)
 
Description
USCGC BERTHOLF DS FQ4 FY25 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. The U.S. Coast Guard Surface Forces Logistics Center - Contracting & Procurement Division (SFLC-CPD) Branch #2 Long Range Enforcer (LRE) section is conducting market research for potential qualified contractors for the dockside of the Coast Guard Cutter (CGC) (WMSL 750) BERTHOLF. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611 � Ship Building and Repairing and the size standard is 1300 employees. PSC Code for this requirement: J999 � Non-Nuclear Ship Repair (West). PLACE OF PERFORMANCE is Alameda, CA ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance is August 2025 to November 2025. This requirement is for a contractor to provide all necessary labor, services, supplies, materials, equipment, power, accessories, personnel and such other things as are necessary, except as otherwise specified to perform dockside repairs to the USCGC BERTHOLF (WMSL-750), a 418-foot National Security Cutter in accordance with the solicitation, schedule and specifications. WORK ITEMS include (but not limited to): WORK ITEM 1: Fire Prevention, Provide WORK ITEM 2: Circuit Breakers (400 Hz), Inspect and Test WORK ITEM 3: Circuit Breakers (Draw Out), Inspect and Test WORK ITEM 4: Stern Boat Launch and Recovery, Level II WORK ITEM 5: Cargo Handling Elevator, Annual Inspection and Test, Perform WORK ITEM 6: Tank (High Purity Water), Clean and Inspect WORK ITEM 7: Tanks (Oily Waste), Clean and Inspect WORK ITEM 8: Tanks (MP Fuel Storage and Overflow), Clean and Inspect WORK ITEM 9: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 10: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 11: Tanks (JP-5), Preserve (Partial) SUBMISSION OF INFORMATION: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail, with subject line: SSN BERTHOLF DS FQ4 FY25, to Mark Cap at Mark.Cap@uscg.mil and Lavon Lewis at lavon.m.lewis@uscg.mil not later than the date identified within this notice with the following information/documentation: 1. Name of Company, Address and Unique Entity Identification Number (UEID). 2. Point of Contact and Phone Number 3. Business Size applicable to the NAICS Code: 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. 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 5. Statement on how your company will complete the work items 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. Award date for the contract is currently planned for on or about June 2025 . If awarded later, could you perform the dockside with a 30-day date of award before work starts? If not, please elaborate. 6. Past Performance Information: Evidence of experience in work similar in type, size, scope and complexity to include contract numbers, project title 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 in the System for Award Management (SAM) database, formerly known as Central Contractor Registration (CCR), as prescribed in FAR 4.1102(a). SAM registration can be obtained by accessing the internet at www.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 Quotation or a Request for Proposal. 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 as 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 appropriate 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 the SAM website (http://SAM.gov). It is the potential offeror's responsibility to monitor Contract Opportunities on the SAM website for release of any future solicitation that may result from this Sources Sought Notice. 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/e40adf14f33944f988f5796c51846b29/view)
 
Place of Performance
Address: Alameda, CA, USA
Country: USA
 
Record
SN07356614-F 20250301/250227230044 (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.