Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
MODIFICATION

J -- CGC WYACONDA & BARGE DRYDOCK

Notice Date
12/14/2016
 
Notice Type
Modification/Amendment
 
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-WYACONDA-BARGE-DRYDOCK
 
Archive Date
11/29/2016
 
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
SOURCES SOUGHT NOTICE DRYDOCK REPAIRS USCGC WYACONDA (WLR -75403) USCG 130 BARGE (13069) SOURCES SOUGHT NOTICE: DOCK SIDE REPAIRS USCGC WYACONDA (WLR -75403), USCG 130 BARGE (13069). 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 are capable of satisfying the agency's requirements exist. (2) Determine if commercial items are 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 the following: Hull Plating (Side Scan), Ultrasonic Testing - Tender Hull Plating (Side Scan), Ultrasonic Testing - Barge Hull Plating (U/W Body), Inspect - Tender Hull Plating (U/W Body), Inspect - Barge Appendages ( U/W), Leak Test - Barge Appendages (U/W) - Internal, Preserve - Tender Appendages (U/W) - Internal, Preserve - Barge Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect- Barge Voids (Non-Accessible), Leak Test - Tender Voids (Non-Accessible), Leak Test - Barge Voids (Non-Accessible), Internal Surfaces, Preserve - Tender Voids (Non-Accessible), Internal Surfaces, Preserve - Barge Propulsion Shafting; Remove, Inspect and Reinstall Propulsion Shaft Bearing (External), Check Clearances Propeller, Perform Minor Repairs and Reconditioning Keel Coolers, Clean, Inspect and Hydro - Tender Keel Coolers, Clean, Inspect and Hydro - Barge Spuds, Overhaul - Tender Spuds, Overhaul - Barge Spud Wells, Preserve - Tender Spud Wells, Preserve - Barge U/W Body, Preserve (100%) - Tender U/W Body, Preserve (100%) - Barge Cathodic Protection / Magnesium Anodes, Renew - Tender Cathodic Protection / Magnesium Anodes, Renew - Barge Dry-dock - Tender Dry-dock - Barge Sea Trial Performance, Support, Provide Boat Davit Winch, Shrink Wrap Buoy and Cargo Handling Crane, Shrink Wrap Engine Room Chill Water Piping, Renew Propellers, Remove, Inspect And Reinstall Rudder Assembly; Remove, Inspect And Reinstall Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test - Barge Decks - Exterior (Buoy or Construction Deck), Preserve 100% Temporary Services, Provide - Tender 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 FIFTY (50) calendar days with a start date of May 9, 2017 through June 27, 2017. (Subject to change at the discretion of the Government) The cutter's homeport is Dubuque, IA. Geographical Restriction: (1) Restricted to the Western Rivers of the United States, to a transit distance no greater than 750 river (statute) miles from the cutter's homeport and no open water transits. (2) 01 November to 15 March: No transit through Melvin Price Lock and Dam during this period. NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 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) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than 14 November 2016 at 4:00 PM, 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, Hub Zone 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 appropriate for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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 my 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-WYACONDA-BARGE-DRYDOCK/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04352099-W 20161216/161214234911-c35e6a84f655ca9188c79b6369181076 (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.