Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOURCES SOUGHT

J -- DRYDOCK REPAIRS FOR THE USCGC MACKINAW (WLBB 30)

Notice Date
2/8/2018
 
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
DRYDOCKREPAIRSCGCMACKINKAWFY18
 
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 MACKINAW (WLBB 30) 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 and conduct repairs to the USCGC MACKINAW (WLBB 30). The vessel is home ported in Cheboygan, MI. All work will be performed at the contractor's facility. Hull Plating (U/W Body), Inspect Hull Plating (U/W Body), Ultrasonic Testing U/W Body, Preserve (Partial - Condition A) Appendages (U/W), Leak Test Chain Locker(s), Clean and Inspect Voids (Non-Accessible), Internal Surfaces, Preserve Tanks (Mp Fuel Service), Clean And Inspect Tanks (Ballast), Clean and Inspect Azipod Propulsion System Planned Drydock Maintenance, Support Propellers, Remove, Inspect, and Reinstall Box Coolers, Clean, Inspect, and Test Fathometer Transducer, General Maintenance Underwater (Speed) Log Transducer(s), Service and Inspect Sea Valves and Waster Pieces, Overhaul or Renew Fixed CO2 Cylinders, Weight & Test Galley APC System, Test, Service, Renew Fuse-Able Link Galley Fire Suppression System, Service and Inspect Bow Thruster Unit, Inspect Bow Thruster Unit AC Motor, Clean and Inspect Anchor Chain(s) and Ground Tackle, Inspect and Repair Sewage Vacuum Pumps, Overhaul Sewage Holding Tank(s), Clean and Inspect Tanks (Sewage Holding), Preserve "100%" Hull Plating Freeboard, Preserve - Partial Superstructure, Preserve "Partial" Impressed Current Cathodic Protection System, Inspect and Maintain Impressed Current Cathodic Protection System Anodes, Renew Impressed Current Cathodic Protection System Reference Cells, Renew Impressed Current Cathodic Protection System Dielectric Shield, Repair Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew Drydock Temporary Services, Provide (For Azipod Tech Rep) Temporary Services, Provide - Tender Temporary Messing and Berthing, Provide Sea Trial Performance, Support, Provide Flex Hose Assemblies, Renew Deck Covering, Renew (electrical matting) Impressed Current Anti Fouling System, inspect and Maintain Sewage tank structural repair Firemain pipe repair R/O Unit installation Modular crew head deck repair Sewage tank vent renew Weather deck non-skid renewal During this availability ABB, Inc. (OEM) will be performing maintenance repairs to the CGC MACKINAW's Azipod Propulsion System. Assistance will be required from the shipyard; this will be outline in the drydock specifications. DRYDOCK REQUIREMENTS: In order to perform the necessary work on the propulsion drive systems the drydock facility will need to be able to meet the following requirements; -Achieve a minimum block height of 2500 mm (98.4 inches/8 feet 2.4 inches). Provide a minimum 12.2meters (40feet) of clearance, free of obstructions, from the stern reference point (SRP) and dock structure of sufficient strength, level and flatness to transit a single 81.6 metric tonnes (90 tons U.S.) Azipod propulsion unit mounted on a portable rail system to accommodate overhead crane access. GEOGRAPHICAL RESTRICTION: A waiver has been granted and the USCGC MACKINAW's geographical restriction has been extended to include 3,500 nautical miles from Mackinaw's homeport, down the eastern seaboard. Anticipated Period of Performance: The period of performance is anticipated to from 16 July 2014 to 08 Oct 2014 (Subject to change at the discretion of the Government). This solicitation is Subject to Availability of Funds. All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact the Contracting Official listed above. 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: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 23 February 2018 at 10:00AM, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DRYDOCKREPAIRSCGCMACKINKAWFY18/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY, United States
 
Record
SN04816815-W 20180210/180208231327-2a414e642f789d6671e9229168382c81 (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.