Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOURCES SOUGHT

20 -- USCGC SANIBEL DRYDOCK

Notice Date
1/18/2017
 
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
HSCG80-17-S-SANIBEL_DD
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579, Denise A Sturdifen, Phone: 7574417036
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil, Denise.A.Sturdifen@uscg.mil
(Nancy.M.Brinkman@uscg.mil, Denise.A.Sturdifen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DRYDOCK AND REPAIRS FOR USCGC SANIBEL (WPB-1312) This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or Quotation. 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: Drydock Repairs: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform a drydock and repairs to USCGC SANIBEL (WPB-1312). All work will be performed at a contractor's facility. Anticipated Period of Performance: The period of performance is anticipated to be for One hundred thirty-six (135) calendar days with a start date of 26 July through 08 December 2017, (subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. Scope of Work: The scope of the acquisition is for the Drydock and repairs for USCGC SANIBEL (WPB-1312). This work will include, but is not limited to the following WORK ITEMS: HULL PLATING, U/W BODY, INSPECT HULL PLATING (U/W BODY), ULTRASONIC TESTING 3D HULL IMAGING ALUMINUM HULL AND STRUCTURAL REPAIRS STEEL HULL AND STRUCTURAL PLATING REPAIRS APPENDAGES (U/W), LEAK TEST TANKS (FUEL SERVICE AND STORAGE), CLEAN AND INSPECT TANKS (POTABLE WATER), CLEAN AND INSPECT TANKS (DIRTY OIL AND WASTE), CLEAN AND INSPECT PROPULSION SYSTEM, ALIGNMENT CHECK PROPULSION SHAFTING, REMOVE, INSPECT, AND REINSTALL MECHANICAL SHAFT SEAL ASSEMBLIES, OVERHAUL PROPELLERS; REMOVE, INSPECT, AND REINSTALL EXHAUST SYSTEM, MDE, INSPECT SW HEAT EXCHANGERS, CLEAN, INSPECT AND HYDRO SPEED DOPPLER VALVE, OVERHAUL SEA STRAINERS (ALL SIZES), RENEW OR OVERHAUL STEERING GEAR (GENERAL), OVERHAUL RUDDER ASSEMBLY, REMOVE, INSPECT AND REINSTALL FIN STABILIZERS (GENERAL), OVERHAUL GREY WATER HOLDING TANKS, CLEAN AND INSPECT GREY WATER PIPING, CLEAN AND FLUSH SEWAGE COLLECTION TANKS, CLEAN AND INSPECT SEWAGE PIPING, CLEAN AND FLUSH FORWARD PEAK COMPARTMENT, PRESERVE BATTERY SPACE, PRESERVE AND INSULATE AFT STEERING COMPARTMENT, PRESERVE AND INSULATE TANKS (DIRTY OIL/WASTE, POTABLE, SEWAGE GREY WATER), PRESERVE U/W BODY, PRESERVE STERN TUBE INTERIOR SURFACES, PRESERVE CATHODIC PROTECTION SYSTEM, INSPECT AND MAINTAIN DRYDOCKING TEMPORARY SERVICES, PROVIDE SEA VALVES AND WASTER PIECES OVERHAUL OR RENEW SEA TRIAL PERFORMANCE, PROVIDE SUPPORT WATERTIGHT FITTINGS RENEW DECK PENETRATIONS (STUFFING TUBES), RENEW BULKHEAD/OVERHEAD INSULATION, RENEW RUDDERS REMOVE AND INSPECT DECK COVERING (WET/DRY), RENEW SOFT PATCH REMOVE, INSPECT AND RESEAL MAIN DECK SOUNDING TUBES, INSPECT AND RENEW PUMPS, RENEW W/GFE WINDOWS, INSPECT AND REPAIR/RENEW MAIN ENGINE SALTWATER DIVERTER VALVES, MODIFY GALLEY MESSDECK BILGE ACCESS, RENEW MAST, PRESERVE DECKS EXT, PRESERVE AVIATION NON-SKID HULL PLATING FREEBOARD SUPERSTRUCTURE, PRESERVE DECK COVERING (WET/DRY), RESEAL FATHOMETER TRANSDUCER, RENEW SPEED DOPPLER TRANSDUCER, RENEW Companies may respond to this Sources Sought Notice via e-mail to: Nancy.M.Brinkman@uscg.mil or via fax to (757) 628-4628 (Attn: Nancy Brinkman/CPD1-PBPL) no later than 27 January at 10:00AM, Eastern Standard Time. 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. 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: 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 SDVOSBC 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 Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement for 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: Need to be 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/HSCG80-17-S-SANIBEL_DD/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN04374231-W 20170120/170118234537-e7b64f9cd4ed2f88c216b73ff5b6f803 (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.