Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

20 -- USCGC HAMILTON (WMSL-418) DRYDOCK AVAILABILITY FY2019

Notice Date
7/11/2018
 
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 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
USCGC_HAMILTON_(WMSL-418)_DRYDOCK_AVAILABILITY_FY2019
 
Archive Date
8/22/2018
 
Point of Contact
Sarah E. Thompson, Phone: 4107626171, Micha Wisniewski, Phone: 410-762-6651
 
E-Mail Address
sarah.e.thompson2@uscg.mil, Micha.A.Wisniewski@uscg.mil
(sarah.e.thompson2@uscg.mil, Micha.A.Wisniewski@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
USCGC HAMILTON (WMSL-418) DRYDOCK AVAILABILITY FY2019 This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ; not a pre-solicitation notice or solicitation for proposals/quotations. 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, and (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 Forces Logistics Center, Baltimore, MD to identify sources capable of providing the following: USCGC HAMILTON (WMSL-418) DRYDOCK AVAILABILITY FY2019 ANTICIPATED PERIOD OF PERFORMANCE : The period of performance is anticipated to be from 03 January 2019 thru 02 April 2019. (Subject to change at the discretion of the Government). ANTICIPATED NAICS CODE/SIZE STANDARD : The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK repairs to the U.S. Coast Guard Cutter. The Contractor shall have and maintain facility certification and subsequently meet the requirements to dock/undock a designated Coast Guard surface asset as specified in SFLC Standard Specification 8634 and in accordance with requirements specified in SFLC Standard Specification 0000. GEOGRAPHICAL RESTRICTION: None HAMILTON HOMEPORT : Charleston, SC PLACE OF PERFORMANCE: Contractor's proposed drydock DESCRIPTION OF WORK: The scope of the acquisition is for the Drydock of the cutter and repair of various items WORK ITEM 1: Hull Plate (Freeboard), Ultrasonic Test WORK ITEM 2: Hull Plate (U/W Body), Ultrasonic Test WORK ITEM 3: Chain Lockers and Sump, Preserve (Optional) WORK ITEM 4: Shafting System (Internal Surfaces), Preserve WORK ITEM 5: Voids (Non-Accessible), Preserve WORK ITEM 6: General Welding, Provide-Optional WORK ITEM 7: Hull, 3D Laser Scan WORK ITEM 8: Chain Lockers and Sump, Clean and inspect WORK ITEM 9: Tank (Aft Oily Water), Clean and Inspect WORK ITEM 10: Tanks (Fuel Oil Storage & Main Engine Leak), Clean and Inspect WORK ITEM 11: Voids (Non-Accessible), Leak Test WORK ITEM 12: Propulsion Shaft GRP Coating, Inspect and Repair (Shaft in Place) WORK ITEM 13: Propulsion Shaft Seals (Mechanical), Inspect and Clean WORK ITEM 14: Propulsion Shaft Alignment & Bearings (External) Clearances, Check WORK ITEM 15: Controllable Pitch Propeller System, Perform General Maintenance WORK ITEM 16: Controllable Pitch Propeller Hub Assembly, General Maintenance WORK ITEM 17: Doppler Speed Log, General Maintenance WORK ITEM 18: Doppler Speed Log Valve, Overhaul WORK ITEM 19: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 20: Rudder Stock Bearings, Check Clearances WORK ITEM 21: Anchors Chains and Ground Tackles, Inspect and Preserve WORK ITEM 22: Transom Door, Inspect and Test WORK ITEM 23: Tank (AFT Oily Water), Preserve "Partial"-Optional WORK ITEM 24: Cathodic Protection (Zincs), Renew WORK ITEM 25: Impressed Current Cathodic Protection System Dielectric Shield, Renew WORK ITEM 26: Impressed Cathodic Protection System, Inspect and Maintain WORK ITEM 27: Impressed Current Cathodic Protection System Anodes, Renew-Optional WORK ITEM 28: Impressed Current Cathodic Protection System Reference Cells, Renew-Optional WORK ITEM 29: Vessel in Drydock Temporary Services, Provide WORK ITEM 30: Sea Trial Performance, Support, Provide WORK ITEM 31: Drydocking, Accomplish WORK ITEM 32: Surfaces, Preserve WORK ITEM 33: Mast, Preserve WORK ITEM 34: Plate, Renew-Optional WORK ITEM 35: U/W Body Hull, Preserve (Partial-Condition B) WORK ITEM 36: Freeboard, Preserve (Full) -Optional WORK ITEM 37: Deck Covering (Slip-Resistant) Mast, Renew and Repair WORK ITEM 38: Main Diesel Engine Sea Chest Suction Pipe, Modify WORK ITEM 39: Auxiliary Seawater Piping, Modify WORK ITEM 40: Deep Water Fathometer Transducer, Replace WORK ITEM 41: Stern Ramp Rails, Modify WORK ITEM 42: Ship Service Diesel Generator (No. 3) Exhaust Piping, Modify WORK ITEM 43: Balanced Doors, Replace WORK ITEM 44: Bow Thruster Unit (General), Overhaul WORK ITEM 45: Vacuum Collection Holding Tanks, Preserve "100%" WORK ITEM 46: Freeboard, Preserve (Partial) WORK ITEM 47: Propulsion Shaft Fairwaters and Rope Guards, Inspect WORK ITEM 48: Propulsion Shafting, Remove, Inspect, and Reinstall-Optional WORK ITEM 49: Propulsion Shaft Bearing (Strut And Stern Tube) Stave Renewal-Optional WORK ITEM 50: Propeller Shaft Sleeve, Skim Cut-Optional WORK ITEM 51: Propulsion Shaft Bearing Staves, Renew-Optional WORK ITEM 52: Stern Tube Shaft Sleeve, Skim Cut-Optional WORK ITEM 53: Rudder, Inspect and Repair WORK ITEM 54: Seawater Strainers (All Sizes), Overhaul and Inspect WORK ITEM 55: Steering Gear (General), Overhaul WORK ITEM 56: Rudder Stock Seals, Clean and Inspect 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: Sarah.E.Thompson2@uscg.mil NO LATER than 01:00 PM EST on 07 August 2018, with ALL of 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; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); 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 4. Documentation Verifying Small Business Certification : Please provide the following documentation as it applies to you company. 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 (WOSB) 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. 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 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. 7. Drydock certification. Date of the Contractor's drydock USCG certification. The Contractor shall be aware that the criteria for their drydock capability shall be based on third party inspection and certification, see SFLC STD SPEC 8634 Appendix B for details of inspection criteria. If the Contractor possesses more than one type of drydock, each dock shall be certified individually. SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Jul 2013). SAM can be obtained by accessing the internet at https://www.sam.gov/portal/SAM/ 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/USCGC_HAMILTON_(WMSL-418)_DRYDOCK_AVAILABILITY_FY2019/listing.html)
 
Record
SN04987375-W 20180713/180711231148-68ad8cf36da862b6eef4804e7a840922 (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.