Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

J -- USCGC NORTHLAND (WMEC-904) AND TAMPA (WMEC-902) DRY-DOCK REPAIRS

Notice Date
3/27/2012
 
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
HSCGC80-12-S-P45P45
 
Archive Date
4/18/2012
 
Point of Contact
karen m. marshall, Phone: 7576284558, Wanda C. Salmon, Phone: 757-628-4639
 
E-Mail Address
karen.m.marshall@uscg.mil, wanda.c.salmon@uscg.mil
(karen.m.marshall@uscg.mil, wanda.c.salmon@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. Also, to determine the dates (period of performance) for dry-docking the USCGC TAMPA and NORTHLAND during the period of May 1, 2012 through July 31, 2012. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This sources sought announcement is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Particularly, the purpose of this NOTICE is to DETERMINE THE DATES FOR DRY-DOCKING the USCGC NORTHLAND and TAMPA and gain knowledge of potential small business sources to include small business in the following categories: Certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Small Business Set-Aside for dry-dock repairs aboard the USCGC NORTHLAND AND (WMEC-904) and USCGC TAMPA (WMEC-902), 270 Foot, "A" Class Cutters. The capabilities will be evaluated solely for the purpose of determining the AVAILABILTY DATES FOR DRY-DOCKING the USCGC NORTHLAND and TAMPA and to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in April 2012. The estimated value of this procurement is between $500,000.00 and $1,000,000.00. The small business size standard for NAICS 336611 is less than 1,000 employees. The duration of the project is 28 calendar days if both cutters are dry-docked at the same time. If the cutters are dry-docked separately, the length of each dry-dock shall be as follows: NORTHLAND-35 (thirty-five) DAYS; TAMPA-28 (twenty-eight) DAYS. All work will be performed at the Cutter's homeport of Portsmouth, Virginia. The United States Coast Guard requests comments concerning its proposed plan to contract for dry-dock repairs aboard the USCGC NORTHLAND (WMEC-904) AND TAMPA (WMEC-902), 270 Foot, "A" Class Cutters. The Government will consider all comments and plans to issue a formal solicitation in April of 2012. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity for the respective requirement. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to solicitation announcements at a later time. This notice is to assist the United States Coast Guard-SFLC-CPD-C&P1-MECPL in determining potential sources, proposed availability dates for dry-docking and to obtain industry comment on a proposed draft Request for Proposals. This work will include, but is not limited to: USCGC NORTHLAND WORK ITEM 1: Inspect Propulsion Shafting CPP Oil Tubes (Port and Starboard) WORK ITEM 2: Controllable Pitch Propeller (CPP) System, Service (Port and Starboard) WORK ITEM 3: U/W Body, Preserve, Partial - Condition B WORK ITEM 4: Hull Plating, Freeboard, Preserve WORK ITEM 5: Dry-docking WORK ITEM 6: Temporary Services, Provide WORK ITEM 7: Sea Trial Performance, Provide Support WORK ITEM 8: Propulsion Shafting, Remove, Inspect and Reinstall (01 shaft) WORK ITEM 9: Propulsion Intermediate Shaft, Remove, Inspect and Reinstall (01 shaft) WORK ITEM 10: Propulsion Shafting (Thrust Shaft), Remove, Inspect and Reinstall (01 shaft) WORK ITEM 11: Stern Tube Seal Assemblies, Overhaul (01 shaft) WORK ITEM 12: Propeller Shaft Sleeve(s), Renew (01 shaft) WORK ITEM 13: Propulsion Shaft Bearings (External), Check Clearances (01 shaft) WORK ITEM 14: Propulsion Shaft Bearing Housings (External), Inspect (01 shaft) WORK ITEM 15: Controllable Pitch Propeller Hub Assy, General Maintenance (01 shaft) WORK ITEM 16: U/W Body, Preserve 100% WORK ITEM 17: Stern Tube Interior Surfaces, Preserve 100% (01 shaft) WORK ITEM 18: Hull Plating, Freeboard, Preserve 100% USCGC TAMPA WORK ITEM 1: U/W Body, Preserve "100%" WORK ITEM 2: Temporary Services, Provide WORK ITEM 3: Hull Plating Freeboard, Preserve "100%" WORK ITEM 4: Dry-docking IMPORTANT NOTE: Geographical restricted to the Hampton Roads area of Virginia. The Government requests capability statements and comments from interested businesses regarding the work items described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. At a minimum, please include the following: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Proposed dates for dry-docking USCGC NORTHLAND (WMEC-904) AND TAMPA (WMEC-902), 270 Foot, "A" CLASS CUTTERS; Important Note: The date range for dry-docking of these two cutters is to be sometime during the period of May 1, 2012 through July 31, 2012. If both cutters are dry-docked at the same time, the length of the dry-dock shall not be more than 28 (twenty-eight) days. If the cutters are dry-docked separately, the length of each dry-dock shall be as follows: NORTHLAND - 35 (thirty-five) days; TAMPA - 28 (twenty-eight) days; 5. Socio-Economic Factors (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 336611; 6. Positive statement of your intent to submit a bid for this solicitation as a prime contractor; 7. Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; 8. Past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable; Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Comments are to be sent either via email to Karen.M.Marshall@uscg.mil or submitted in hard copy to U.S. Coast Guard, ATTN: Karen Marshall, 300 E. Main Street, Suite 550, Norfolk, VA 23510 no later than 4:00 p.m. eastern standard time April 3, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCGC80-12-S-P45P45/listing.html)
 
Place of Performance
Address: Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN02706810-W 20120329/120327235500-6995e19bd7db55998fc89b75d3936e7f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.