Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOURCES SOUGHT

Z -- CGC MACKINAW PAINT FY 16

Notice Date
1/25/2016
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
MACKINAW_PAINT
 
Archive Date
8/25/2016
 
Point of Contact
Sandra 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: DOCKSIDE REPAIRS USCGC MACKINAW. 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 Preservation Maintenance Services for the USCGC MACKINAW (WLBB 30). The contractor(s) performing any preservation work involving "critical-coated" surfaces must be either SSPC-QP 1 certified or obtain the services of an Independent QP-1 and NACE -Certified inspector requirement. The vessel is home ported in Cheboygan, MI. All work will be performed at the home pier. Contractor shall provide all necessary materials, equipment, and personnel to provide preservation maintenance services to the USCGC MACKINAW (WLBB 30). The vessel is home ported in Cheboygan, MI. Work shall be performed at the vessel's homeport. SCOPE OF WORK: The scope of the acquisition is preservation maintenance services for the USCGC MACKINAW. This work will include, but is not limited to the following work items: Weather Deck Surfaces - Level 1 (100 sqft, Continuous to 500 sqft, Continuous ) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 (100 sqft, Continuous to500 sqft, Continuous ) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 05 Level, Frames 45 - 65 (Approx 1,426 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 05 Level, Frames 62 - 65 (Approx 60 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 04 Level Port, Frames 53 - 95 (Approx 830 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 04 Level Stbd, Frames 53 - 99 (Approx 890 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 04 Level CNTR, Frames 80 - 95 (Approx 250 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 02 Level, Frames 95 - 106 (Approx 282 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 01 Level Fantail, Frames 109 - 133 (Approx 1,900 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 01 Level Port, Frames 46 - 83 (Approx 340 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 01 Level Stbd, Frames 46 - 83 (Approx 340 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 01 Level Port, Frames 83 - 109 (Approx 830 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 01 Level Stbd, Frames 83 - 109 (Approx 870 sqft) - Critical-Coated Surfaces Weather Deck Surfaces - Level 2 - 01 Level Focs'le, Frames J - 13 (Approx 1,370 sqft) - Critical-Coated Surfaces Bouy Deck Surface - Level 2 - Main Level, Frames 09 - 46 (Approx 3,133 sqft) - Critical Coated Surfaces Bouy Deck Surface - Level 1 (100 sqft, Continuous to 500 sqft, Continuous) - Critical Coated Surfaces Hull Plating (Buoy Port Areas), Preserve Freeboard Surfaces Preserve - "Partial" - Level 1 (100 sqft, Continuous) - Critical-Coated Surfaces Freeboard Surfaces Preserve - "Partial" - Level 1 (500 sqft, Continuous) - Critical-Coated Surfaces Freeboard Surfaces Preserve "100%" - Level 2 (100 sqft, Continuous to 500 sqft, Continuous) - Critical-Coated Surfaces Main Mast Surfaces - Level 2 (100 sqft, Continuous to500 sqft, Continuous) Main Mast Surfaces - Level 1 (100 sqft, Continuous to 500 sqft, Continuous) Superstructure Surfaces Preserve, 100% - Level 2 (100 sqft, Continuous to 500 sqft, Continuous ) - Critical-Coated Surfaces Superstructure Surfaces Preserve "Partial"- Level 1 (100 sqft, Continuous to 500 sqft, Continuous) - Critical-Coated Surfaces Stack Surfaces (Exterior), Preserve - "100%" - Level 2 (100 sqft, Continuous) Miscellaneous Ship Structures, Preserve Deck Fitting (Bouy & Non-Bouy Deck) - Level 1 Miscellaneous Ship Structures, Preserve Deck Fitting (Bouy & Non-Bouy Deck) - Level 2 Miscellaneous Ship Structures, Preserve Machinery, Exterior - Level 1 (10 sqft, Continuous to 100 sqft, Continuous) Miscellaneous Ship Structures, Preserve Machinery, Exterior - Level 2 (10 sqft, Continuous, to100 sqft, Continuous ) Miscellaneous Ship Structures, Preserve Machinery, Interior - Level 1 (10 sqft, Continuous to 100 sqft, Continuous) Miscellaneous Ship Structures, Preserve Machinery, Interior - Level 2 (10 sqft, Continuous to 100 sqft, Continuous) Miscellaneous Ship Structures, Preserve Railing and Stanchion - Level 2 (10 lnft, continuous) Miscellaneous Ship Structures, Preserve Railing and Stanchion - Level 1 (10 lnft, continuous) Miscellaneous Ship Structures, HANDRAILS & STANCHIONS, 100 LINEAR FEET CONTINUOUS LEVEL I, 500 LINEAR FEET CONTINUOUS Miscellaneous Ship Structures, HANDRAILS & STANCHIONS, 100 LINEAR FEET CONTINUOUS LEVEL II, 500 LINEAR FEET CONTINUOUS Miscellaneous Ship Structures, Preserve Bulkhead and Overhead Surfaces (Un-insulated), and Door - Level 2 (100 sqft, Continuous and(500 sqft, Continuous) Miscellaneous Ship Structures, Preserve Bulkhead and Overhead Surfaces (Un-insulated), and Door - Level 1 (100 sqft, Continuous)and (500 sqft, Continuous) Miscellaneous Ship Structures, Preserve Bulkhead and Overhead Surfaces (Un-insulated), in Wet Spaces - Level 1 (100 sqft, Continuous) and (500 sqft, Continuous) Miscellaneous Ship Structures, Preserve Bulkhead and Overhead Surfaces (Un-insulated), in Wet Spaces - Level 2 (100 sqft, Continuous) and- Level 2 (500 sqft, Continuous) Miscellaneous Ship Structures, Preserve Interior Deck Surfaces - Level 1 (100 sqft, Continuous to 500 sqft, Continuous) Miscellaneous Ship Structures, Preserve Interior Deck Surfaces - Level 2 (100 sqft, Continuous to 500 sqft, Continuous) Miscellaneous Ship Structures, PREP OF SPAR COATED COLOR SURFACES ( DEGLOSS AREA/100 GRIT &DEGLOSS TOPCOAT LEVEL #1 (10 SQUARE FEET), (50 SQUARE FEET), (100 SQUARE FEET) Miscellaneous Ship Structures, LEVEL #2 PREP OF SPAR COLOR COATED SURFACES (DEGLOSS AREA/60GRT PAPER/DEGLOSSER PROVIDE MID COAT & TOPCOAT) Miscellaneous Ship Structures, PREP OF SPAR COLOR COATED SURFACES (DEGLOSS AREA/60GRT PAPER/DEGLOSSER PROVIDE MID COAT & TOPCOAT), LEVEL #2 (10 SQUARE FEET) Miscellaneous Ship Structures, PREP OF SPAR COLOR COATED SURFACES ( DEGLOSS AREA/60GRT PAPER/DEGLOSSER PROVIDE MID COAT & TOPCOAT), LEVEL #2 (100 SQUARE FEET) Miscellaneous Ship Structures, PREP OF SPAR COLOR COATED SURFACES ( DEGLOSS AREA/60GRT PAPER/DEGLOSSER PROVIDE MID COAT & TOPCOAT), LEVEL #2 (50 SQUARE FEET) Machinery Space Bilges - Level 1 (100 sqft, Continuous)and (500 sqft, Continuous) Tenting, Provide - Level 1 (100 Square Feet)and (500 Square Feet) Anticipated Period of Performance: This acquisition shall be a requirements contract for One Base year and Four Option Years; if exercised. Orders for preservation maintenance shall be placed by delivery order when needed. Anticipated start date on or about 15 August 2016 through 16 August 2017 (Base Year). (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 238320, Painting and Wall Covering Contractors. 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 08 February 2016 at 10:00AM, 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/VPLMLCP/MACKINAW_PAINT/listing.html)
 
Place of Performance
Address: 632 Coast Guard Drive, Cheboygan, Michigan, 49721, United States
Zip Code: 49721
 
Record
SN04000288-W 20160127/160125234228-4b6968cc3908a71c5a6cfd5ca692f825 (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.