SOURCES SOUGHT
J -- DRYDOCK REPAIRS FOR THE USCGC KATMAI BAY
- Notice Date
- 12/16/2014
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- DRYDOCKKATMAIBAY
- Point of Contact
- Sandra A Martinez, Phone: (757) 628-4591
- E-Mail Address
-
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC KATMAI BAY (WTGB 101) 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. 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. (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. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Norfolk, VA to identify sources capable of providing the following: Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the USCGC KATMAI BAY. The USCGC KATMAI BAY is home ported in Sault Ste. Marie, MI. Geographic Restriction: Restricted to the Great Lake Area. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repirs of the USCGC KATMAI BAY. This work will include, but is not limited to the following work items: Hull Plating (U/W Body), Inspect Hull Plating (U/W Body), Ultrasonic Testing Bubbler Channels, Inspect Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Propulsion Shafting, Remove, Inspect, and Reinstall Propulsion Shaft Seals, Overhaul Propulsion Shaft Bearings (External), Check Clearances Propeller, Remove, Inspect, and Reinstall Fathometer Transducer, Renew Vent Ducts (Engine and Motor Room All), Commercial Cleaning Vent Ducts (Galley and Pantry Room All), Commercial Cleaning Vent Ducts (All Other), Commercial Cleaning Sea Valves and Waster Pieces, Overhaul or Renew Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift Rudder Assembly; Remove, Inspect and Reinstall Anchor Windlass, Level 2 Inspect and Repair Grey Water Holding Tank(s), Clean and Inspect Tanks (Grey Water Holding), Preserve "Partial" U/W Body, Preserve (100%) U/W Body, Preserve (Partial - Condition A) U/W Body, Preserve (Partial - Condition B) Hull Plating Freeboard, Preserve "100%" Cathodic Protection / Zinc Anodes, Renew «ASSET» Drydocking - Tender Temporary Services, Provide - Tender Sea Trial Performance, Support, Provide Lead-Based Paint, Perform 100% Abatement Lead-Based Paint, Perform Partial Abatement Fixed Ballast (Lead Ingots), Encapsulate Vent Ducts (Laundry Exhaust), Commercial Cleaning Fuel Valves, Overhaul or Renew Fuel Manifold, Overhaul Rudder Stock Bearings (Upper and Lower), Renew Superstructure, Preserve "100%" Watertight Doors and Scuttles (External), Renew Deck Gear, Shrink Wrap Auxiliary Sea Water System Valves, Overhaul Or Renew Fuel Manifold, Overhaul Boat Davit Winch, Shrink Wrap Lead Dust, Clean {Type System Name} Pump(s), Overhaul Machinery Exhaust Stack Insulation, Renew Steering Hydraulic Cylinders (Rams), Overhaul (AFC-45) Relocate and Renew Bos'n Hole Ladder Renew Galley Supply Fan Install Vent in Deck Locker Install Steering System Gauges Renew Aft Engineroom Padeye Load Test Interior Padeyes (All) Main Propulsion Motors - Commercial Clean Main Propulsion Generators - Commercial Clean Renew (4) Deckhouse Screen Doors Composite Labor Rate GFP Report Laydays Anticipated Period of Performance: The period of performance is anticipated to be for FIFTY (50) calendar days with a start date of 08 JULY 2015 through 26 AUGUST 2015 (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 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: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 05 JANUARY 2014 @ 10AM, Eastern Time. **Please provide 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, HubZone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 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 as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. 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. After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DRYDOCKKATMAIBAY/listing.html)
- Place of Performance
- Address: CONTRACTOR'S FACILITY, United States
- Record
- SN03597785-W 20141218/141216234958-bdd0b5852eadae956ae0afc7b6eb3186 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |