Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOURCES SOUGHT

20 -- FRANK DREW DD FY17

Notice Date
9/15/2016
 
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
HSCGC85-17-Q-FRANKDREW
 
Archive Date
10/4/2016
 
Point of Contact
Mrs. P. St.John, Phone: 5106375988, Natalie J. Rodriguez, Phone: 5106375965
 
E-Mail Address
pastaveia.st.john@uscg.mil, natalie.j.rodriguez@uscg.mil
(pastaveia.st.john@uscg.mil, natalie.j.rodriguez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DRYDOCK REPAIR SERVICES FOR USCGC FRANK DREW (WLM-557) DESCRIPTION: This is a sources sought notice only; this is not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purposes of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exist, (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 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be base on the results of 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 (SFLC), Oakland, CA - Ice Breaker Buoy and Construction Tender - Product Line (IBCT-PL) for the purpose of conducting a Market Survey for a potential award of a Contract for Drydock Repair Services for U.S. Coast Guard Cutter USCGC FRANK DREW (WLM-557). The applicable NAICS code is 336611 SHIP BUILDING AND REPAIRING with a Size Standard of 1,250 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. All Small Businesses may submit offers, which shall be considered by the United States Coast Guard. Drydock Repairs Specification: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel for drydock repairs to the USCGC FRANK DREW (WLM-557). All work shall be performed at contractor's shipyard. USCGC FRANK DREW cutter home-port is located in Portsmouth, VA. GEOGRAPHICAL RESTRICTION MAY OR MAY NOT BE RESTRICTED. Scope of Work: The scope of the acquisition is for the Drydock Repairs to USCGC FRANK DREW (WLM-557). This work will include, but is not limited to the following work items: WORK ITEM 1: Hull Plating (Side Scan), Ultrasonic Testing WORK ITEM 2: Hull Plating (U/W Body), Inspect WORK ITEM 3: Hull Plating (Freeboard), Ultrasonic Testing WORK ITEM 4: Hull and Structural Plating (General) -10.2-Pound Steel, Renew WORK ITEM 5: Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Renew WORK ITEM 6: Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Renew WORK ITEM 7: Hull And Structural Plating (General) - 20.5-Pound Steel Plate, Renew WORK ITEM 8: Hull and Structural Plating (General) - 7.5-Pound (3/16") Steel Plate, Renew WORK ITEM 9: Hull and Structural Plating (General) - 7.65- Pound Steel Plate, Renew WORK ITEM 10: Appendages (U/W), Leak Test WORK ITEM 11: Appendages (U/W) - Internal, Preserve WORK ITEM 12: Chain Locker(s), Clean and Inspect WORK ITEM 13: Voids (Non-Accessible), Leak Test WORK ITEM 14: Tanks (Potable Water), Clean and Inspect WORK ITEM 15: Tanks (Lube Oil), Clean and Inspect WORK ITEM 16: Tanks (Ballast), Clean and Inspect WORK ITEM 17: Tanks (Dirty Oil and Waste), Clean and Inspect WORK ITEM 18: Hydraulically Operated Cargo Hatch, Inspect and Service WORK ITEM 19: Z-Drive Propulsion Unit, Renew (Drydock) WORK ITEM 20: Sw Heat Exchangers; Clean, Inspect And Hydro WORK ITEM 21: Fathometer Transducer, Renew WORK ITEM 22: Underwater (Speed) Log Transducer(s), Inspect and Service WORK ITEM 23: Sea Strainers (All Sizes), Renew WORK ITEM 24: Sea Bay, Preserve - Partial WORK ITEM 25: Sea Bay, Clean and Inspect WORK ITEM 26: Sea Bay, Preserve 100% WORK ITEM 27: Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift WORK ITEM 28: Thruster Unit (General), Overhaul WORK ITEM 29: Anchor Windlass, Inspect And Service WORK ITEM 30: Anchor Chain(s) and Ground Tackle, Inspect and Repair WORK ITEM 31: Warping Capstan (Aft), Inspect and Service WORK ITEM 32: Single Point Davit, Disassemble and Inspect WORK ITEM 33: Grey Water Holding Tank(s), Clean and Inspect WORK ITEM 34: Sewage Holding Tank(s), Clean and Inspect WORK ITEM 35: Grey Water Piping, Clean and Flush WORK ITEM 36: Sewage Piping, Clean And Flush WORK ITEM 37: Tanks (Ballast), Preserve "100%" WORK ITEM 38: Tanks (Ballast), Preserve "Partial" WORK ITEM 39: Chain Locker, Preserve 100% WORK ITEM 40: Chain Lockers, Preserve - Partial WORK ITEM 41: Tanks (Dirty Oil and Waste), Preserve "100%" WORK ITEM 42: Tanks (Dirty Oil and Waste), Preserve "Partial" WORK ITEM 43: Tanks (Grey Water Holding), Preserve "100%" WORK ITEM 44: Tanks (Grey Water Holding), Preserve "Partial" WORK ITEM 45: Tanks (Sewage Holding), Preserve "100%" (O) WORK ITEM 46: Tanks (Sewage Holding), Preserve "Partial" WORK ITEM 47: Tanks (Potable Water), Preserve "100%" WORK ITEM 48: Tanks (Potable Water), Preserve "Partial" WORK ITEM 49: Decks - Exterior (Buoy or Construction Deck), Preserve 100% WORK ITEM 50: U/W Body, Preserve (100%) WORK ITEM 51: Hull Plating Freeboard, Preserve "100%" WORK ITEM 52: Superstructure, Preserve "100%" WORK ITEM 53: Drydock WORK ITEM 54: Temporary Services, Provide - Cutter WORK ITEM 55: Sea Trial Performance, Support, Provide WORK ITEM 56: Buoy Crane Main Winch, CT Function, Remove WORK ITEM 57: Watertight Door (Internal, DC Deck and Below), Renew WORK ITEM 58: Main Mast, Preserve - Partial WORK ITEM 59: Exhaust Stacks (Exterior), Preserve WORK ITEM 60: Goose Neck Vent Pipes, Renew WORK ITEM 61: Goose Neck Vent Cofferdams, Preserve WORK ITEM 62: Sewage Deck Connections, Renew WORK ITEM 63: Emergency Diesel Generator Room Deck, Preserve (Partial) WORK ITEM 64: Fan Space Deck, Preserve (Partial) WORK ITEM 65: Sling Locker Deck, Preserve WORK ITEM 66: Deck Covering, Wet/ Dry, Seal WORK ITEM 67: Cargo Hatch Coaming Inspect and Repair WORK ITEM 68: Pilot house Grab-rail Foot-rail, Renew WORK ITEM 69: Deck Covering (Interior Wet/Dry), Renew WORK ITEM 70: Bilges, Preserve WORK ITEM 71: Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System) WORK ITEM 72: ASW Overboard Pipe, Renew WORK ITEM 73: Main Drainage Eductors, Overhaul WORK ITEM 74: AFFF System, Maintenance WORK ITEM 75: Compressed Air System Refrigerated Air Dryer, Replacement WORK ITEM 76: Garbage Grinder Drain, Modification WORK ITEM 77: Tanks (MP Fuel Storage and Overflow), Preserve "100% WORK ITEM 78: Tanks (MP Fuel Storage and Overflow), Preserve "100%" 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 required performance period includes a start date on or about 30 March 2017 and end date on or about 30 June 2017. SUBMISSION OF INFORMATION Interested 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 Pastaveia.St.John@uscg.mil no later than 3:00 pm on 03 October 2016, Pacific Standard Time (PST) with the following information/documentation: • Name of Company • Address • Phone Number • Email Address • Point of Contact • DUNS Number 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 (SDVOSB); 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 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 SDVOSB 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 VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 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. 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. System for Award Management (SAM): Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. 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/VPLMLCP/HSCGC85-17-Q-FRANKDREW/listing.html)
 
Record
SN04273028-W 20160917/160915235343-5ab5b812a5466c9506a000046dd2e026 (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.