Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOURCES SOUGHT

J -- Sources Sought for CGC HEALY Dockside FY17 - CGC HEALY Info

Notice Date
7/13/2016
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-16-I-P45P32
 
Archive Date
8/17/2016
 
Point of Contact
Amy A. Kelm, Phone: 2062176767
 
E-Mail Address
amy.a.kelm@uscg.mil
(amy.a.kelm@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
CGC HEALY Characteristics This announcement is a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential businesses. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The U.S. Coast Guard Surface Forces Logistics Center is conducting market research for potential qualified contractors for the dock side of the Coast Guard Cutter (CGC) HEALY from 23January2017 through 16April2017 in Seattle, WA. CGC HEALY, the Coast Guards largest vessel, is 420 feet long, 82 feet wide, drafts 29' 3" feet (at full load), and weighs 16,000 long tons (at full load). The principal characteristics of the vessel are attached to this notice via a downloadable document. NAICS Code for this requirement: 336611 - Ship Building and Repairing FSC Code for this requirement: J999 - Non-Nuclear Ship Repair (West) Size Standard: 1000 Employees CGC HEALY is homeported in Seattle, WA at 1519 Alaskan Way S Seattle, WA 98134. Significant work to be accomplished: • Fuel Oil Purifier (FOP) Overhaul • Lube Oil Purifier (LOP) Overhaul • Port Miranda davit, Biennial Inspect and Repair • Sea Trial Performance, Support, Provide • Compartment Insulation (General), Renew • Damage Control and Firefighting Systems, PMS • Flex Hose Assemblies, Renew • Internal Hoist, Level 1 Inspect and Repair • Piping Insulation, Renew • Miscellaneous Piping, Repair and Renewal • Bow Crane TB 60-65, Annual Inspect and Test • J-Bar Davits, Biennial Inspect and Test • 04 Deck Cranes TB 100-55, Annual Inspect and Repair • Aft Starboard Crane K40-55, Biennial Overhaul • Aft Port Cranes, Annual Inspect and Test • A-Frames, Annual Inspect and Repair • Starboard Miranda davit, Annual Inspect and Repair • Deck Preserve - 100% • Deck Preserve - Partial • Deck Covering (Wet/Dry), Renew - 100% • Deck Covering, Magnesite, Renew - Partial • Deck Covering, Electrical Matting, Renew • Decks - Exterior, Preserve ("MIL-Spec/Flight Deck" System) • Decks - Exterior, Preserve - Science Working Deck • Bilges, Preserve - Partial • Pressure Gauges and Thermometers, Calibrate • RTD Sensors And Thermocouples, Calibrate • Valves, Overhaul • Valves, Renew • Sea Valves and Waster Pieces, Overhaul or Renew • Boiler Tubes, Renew All Boiler Tubes on Boiler #1 • Boiler, Annual Maintenance • System Relief Valves, 5 Year Certification • Fuel Manifold, Overhaul • Miscellaneous Lifting Equipment, Weight Test • Vacuum Sewage System, Hydrojet Cleaning • Roller Curtain Door Assemblies, Service and Inspect • Science Refrigeration Plants, Install New • Deck Socket, Modify, OPTIONAL • Deck Socket Renewal, OPTIONAL Interested parties shall submit a capability statement that includes the following: 1) The following company information: a) Point of Contact name, address, email address and phone number, b) CAGE Code and DUNS number, and c) indicate if large or small business concern; if a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or Service Disabled Veteran Owned Small Business; 2) Description of firm's qualifications and capabilities relevant to fulfilling the above requirement; and, 3) Past performance information that demonstrates successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. The Government intends to advertise a solicitation for this project in October 2016. At this time, a solicitation does not exist; therefore, offers shall not be accepted. It is the potential Offeror's responsibility to monitor FedBizOps for release of any future solicitation that may result from this Sources Sought Notice. Response deadline: 10:00 a.m. Pacific Standard Time 02August2016. No cost or pricing data is required. All responsible sources may submit a capability statement, which will be considered by the agency. Insert - Sources Sought Response to HSCG85-16-I-P45P32 in the subject line. Please send via e-mail to Contract Specialist, Amy Kelm, at Amy.A.Kelm@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-16-I-P45P32/listing.html)
 
Place of Performance
Address: 1519 Alaskan Way S, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN04180565-W 20160715/160713234354-a6b8f32b2d73b4c6187a28b2fc097ff7 (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.