Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

J -- DRYDOCK REPAIRS FOR USCGC JAMES RANKIN

Notice Date
1/11/2017
 
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
DDJAMESRANKINFY17
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591, Timothy Shuhart, Phone: 757-628-4602
 
E-Mail Address
Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil
(Sandra.A.Martinez@uscg.mil, timothy.m.shuhart@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: DRY DOCK REPAIRS USCGC JAMES RANKIN. 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 the following: Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK repairs to the USCGC JAMES RANKIN. The USCGC JAMES RANKIN is home ported in BALTIMORE, MD SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repairs of the USCGC JAMES RANKIN. This work will include, but is not limited to the following work items: Hull Plating (Side Scan), Ultrasonic Testing Hull Plating (U/W Body), Inspect Hull Plating (Freeboard), Ultrasonic Testing Hull and Structural Plating (General) -10.2-Pound Steel, Renew Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Renew Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Renew Hull And Structural Plating (General) - 20.5-Pound Steel Plate, Renew Hull and Structural Plating (General) - 7.5-Pound (3/16") Steel Plate, Renew Hull and Structural Plating (General) - 7.65- Pound Steel Plate, Renew Appendages (U/W), Leak Test Appendages (U/W) - Internal, Preserve Chain Locker, Clean, Inspect, and Preserve 100% Tanks (Mp Fuel Stowage And Overflow), Clean, Inspect, Blast and Coat Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Tanks (Hydraulic Oil Stowage And Service), Clean And Inspect Tanks (Potable Water), Clean, Inspect, and Preserve "100% Tanks (Ballast), Clean and Inspect Tanks (Dirty Oil and Waste), Clean and Inspect Hydraulically Operated Cargo Hatch, Inspect and Service Z-Drive Propulsion Units, Overhaul Sw Heat Exchangers; Clean, Inspect And Hydro Circuit Breakers (60 Hz), Inspect and Test Fathometer Transducer, Renew Underwater (Speed) Log Transducer(s), Inspect and Service Sea Strainers (All Sizes), Renew Sea Bay, Clean, Inspect, and Preserve "100% Crane and Deck Hydraulic System, Flush Thruster Unit (General), Overhaul Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test Hydraulic Chain Stoppers, Inspect And Service Hydraulic Crossdeck Winches, Inspect And Service Hydraulic Inhaul Winch, Inspect And Service Anchor Windlass, Inspect And Service Anchor Chain(s) and Ground Tackle, Inspect and Repair Buoy Crane, Inspect and Service Tanks (Ballast), Preserve "100%" Tanks (Ballast), Preserve "Partial Tanks (Dirty Oil and Waste), Preserve "100%" Tanks (Dirty Oil and Waste), Preserve "Partial" Decks - Exterior (Buoy or Construction Deck), Preserve 100% U/W Body, Preserve (100%) Hull Plating Freeboard, Preserve "100% Cathodic Protection / Zinc Anodes, Renew Drydock Temporary Services, Provide - Cutter Sea Trial Performance, Support, Provide Power Assisted Griping System, Remove Buoy Crane Main Winch, CT Function, Remove Hot Water Accumulator Tanks, Clean and Inspect Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift Tanks (MP Fuel Service), Clean, Inspect, Blast and Coat Tanks (Lube Oil), Clean and Inspect Compressed Air System Refrigerated Air Dryer, Replacement QAWT Door, Renew Weathertight Doors, Renew Fuel Oil Gooseneck Vent, Renew Bilges, Preserve Deck Covering, Electrical Matting, Renew Shower Stalls, Renew Deck Covering (Interior Wet/Dry) and Deck Drain, Renew NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees Anticipated Period of Performance: The period of performance is anticipated to from 27 June 2017 to 01 October 2017 (Subject to change) 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 23 January 2017 at 11:00AM, 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/COUSCGMLCA/DDJAMESRANKINFY17/listing.html)
 
Place of Performance
Address: CONTRACTORS FACILITY, United States
 
Record
SN04368779-W 20170113/170111234113-90ba767ca8be5e17e6553ad4f0ab7751 (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.