Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOURCES SOUGHT

J -- CGC MARIA BRAY DOCKSIDE REPAIRS

Notice Date
11/7/2014
 
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
CGC_MARIA_BRAY_DOCKSIDE
 
Archive Date
12/3/2014
 
Point of Contact
Iran.N.Walker, Phone: (757)628-4563
 
E-Mail Address
Iran.N.Walker@uscg.mil
(Iran.N.Walker@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
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. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Norfolk, VA to identify sources capable of providing the following: DOCKSIDE REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the U.S. Coast Guard Cutter USCGC MARIA BRAY (WLM-562), a 175 Foot "Buoy Tender". The vessel is home ported at 4200 Ocean Street, Atlantic Beach, FL. All work will be performed at the vessels homeport. SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE repairs of the USCGC MARIA BRAY (WLM-562). This work will include, but is not limited to the following: Tanks (MP Fuel stowage and Overflow), Clean and Inspect, Tanks (MP Fuel Service), Clean and Inspect, Tanks (Hydraulic Oil Stowage and Service), Clean and Inspect, Tanks (Lube Oil), Clean and Inspect, Voids ( Accessible), Clean and Inspect, Tanks (Dirty Oil and Waste), Clean and Inspect, SW Heat Exchangers, Clean, Inspect and Hydro, Circuit Breakers (60 Hz), Inspect and Test, Vent Ducts (Engine and Motor Room All), Commercial Cleaning, Vent Ducts (Galley and Pantry Room All), Commercial Cleaning, Vent Ducts (Laundry Exhaust), Commercial Cleaning, Oil Content Meter, Calibrate, Hydraulic Chain Stoppers, Inspect and Service - Tier II, Hydraulic Inhaul Winch, Inspect and Service - Tier II, Warping Capstan (Aft), Inspect and Service - Tier II, Single Point Davit, Level 2 Inspect and Repair, Buoy Crane Inspect and Service - Tier II, Sewage Vacuum Collection and Holding Tanks, Clean and Inspect, Oily Water Separator, Overhaul, Deck Machinery/Weight Handling Gear, Preserve - Tier I, Deck Covering (Interior Wet/Dry), Renew, Vent Ducts (All Other), Commercial Cleaning, Vent Fans and Motors, Renew, Buoy Deck Cleats, Modify, Decks (Pump Room -Areas Under Pedestal Bearings), Preserve, Propulsion Thruster Room Insulation, Renew and Watertight Doors, Repair. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for Forty-two (42) calendar days with a start date of May 12, 2015, and end date of June 24, 2015. (Subject to change at the discretion of the Government) ANTICIPATED 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 Iran.N.Walker@uscg.mil or via fax to (757) 628-4563 (Attn: Iran Walker /C&P2-IBCT) no later than 10:00am on November 18, 2015, Eastern Time with 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: 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 SDVOSBC 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 Small Business status, provide documentation to show the business is small under NAICS code 336611. 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 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. CCR: Interested parties should register in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained by accessing the internet at www.ccr.gov or by calling 1-888-227-2423. 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. 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. 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 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/CGC_MARIA_BRAY_DOCKSIDE/listing.html)
 
Place of Performance
Address: USCGC MARIA BRAY(WLM-562), 4200 Ocean Street, Atlantic Beach, Florida, 32233-2416, United States
Zip Code: 32233-2416
 
Record
SN03569480-W 20141109/141107234154-dfdfb0e99085b17597ce88bc0c336114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.