Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOURCES SOUGHT

J -- USCGC MIDGETT DD FY24

Notice Date
1/30/2023 4:03:09 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
BASE ALAMEDA(00031) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08524MIDGETTDDFY24
 
Response Due
2/15/2023 7:00:00 PM
 
Point of Contact
Wayne Gutman, Phone: 8327093439, Marcella Brown, Phone: 5104375420
 
E-Mail Address
wayne.m.gutman@uscg.mil, marcella.v.brown@uscg.mil
(wayne.m.gutman@uscg.mil, marcella.v.brown@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement is a Sources Sought Notice.� This is not a Request for Quote (RFQ) or a Request for Proposal (RFP).� This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.� The purpose of this sources sought notice is to determine interest and capability of potential businesses.� The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is seeking qualified sources to perform�Dry Dock repairs for the USCGC MIDGETT (WMSL-757), a 418 foot National Security Cutter home ported at Honolulu, Hawaii. The planned start work date will be between January 3, 2024 and September 30, 2024, the period of performance is expected to last for 12 weeks.� A firm fixed price contract is anticipated for award.� The North American Industry Classification System code (NAICS) is 336611 and the small business size�standard is 1,250 employees. PLACE OF PERFORMANCE: The Cutter's home port at Honolulu, Hawaii. GEOGRAPHICAL RESTRICTION - None Work includes, but is not limited to the following: WORK ITEM 1: Hull 3D, Laser Scan WORK ITEM 2: Hull Plates (Freeboard), Inspect WORK ITEM 3: Hull Plates (U/W Body), Inspect WORK ITEM 4: Freeboard, Preserve (Full) WORK ITEM 5: Superstructure, Preserve (Partial) WORK ITEM 6: Mast, Preserve WORK ITEM 7: Deck Covering (Slip-Resistant) Mast, Renew and Repair WORK ITEM 8: Tenting (Mast), Provide WORK ITEM 9: U/W Body Hull, Preserve (Full) WORK ITEM 10: Propulsion Shaft Fairwaters And Rope Guards, Inspect WORK ITEM 11: Chain Lockers and Sump, Preserve WORK ITEM 12: Chain Lockers and Sump, Clean and Inspect WORK ITEM 13: Voids (Non-Accessible), Preserve WORK ITEM 14: Voids (Non-Accessible), Leak Test WORK ITEM 15: Sideport Shell Door, Level 2, Inspect WORK ITEM 16: Propulsion Shaft Alignment & Bearings (External) Clearances, Check WORK ITEM 17: Propulsion Shaft Seals (Mechanical), Overhaul WORK ITEM 18: Propulsion Shaft Coverings (MIL-STD-2199B), Inspect and Repair WORK ITEM 19: Controllable Pitch Propeller Hub Assembly, General Maintenance WORK ITEM 20: Controllable Pitch Propeller System, Perform General Maintenance WORK ITEM 21: Doppler Speed Log Valve, Overhaul WORK ITEM 22: Doppler Speed Log, General Maintenance WORK ITEM 23: Seawater Strainers (All Sizes), Overhaul and Inspect WORK ITEM 24: Sea Valves and Waster Pieces, Overhaul Or Renew WORK ITEM 25: Cascade Orificial Resistive Device, Clean and Inspect WORK ITEM 26: Steering Actuator, Overhaul WORK ITEM 27: Rudder Stock Bearings, Check Clearances WORK ITEM 28: Rudder Stock Seals, Overhaul WORK ITEM 29: Bow Thruster Unit (General), Overhaul WORK ITEM 30: Anchors Chains and Ground Tackles, Inspect and Preserve WORK ITEM 31: Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew WORK ITEM 32: Impressed Current Cathodic Protection System, Inspect and Maintain WORK ITEM 33: Cathodic Protection (Zincs), Renew WORK ITEM 34: Impressed Current Cathodic Protection System Anodes, Renew WORK ITEM 35: Impressed Current Cathodic Protection System Reference Cells, Renew WORK ITEM 36: Drydocking, Accomplish WORK ITEM 37: Sea Trial Performance, Support, Provide WORK ITEM 38: Stern Ramp Rails, Modify WORK ITEM 39: Transom Double Doors and Tow Outfits, Modify WORK ITEM 40: Stern Door Hydraulic and Control System, Modify WORK ITEM 41: Tenting, Provide WORK ITEM 42: Vessel in Drydock Temporary Services, Provide WORK ITEM 43: Fire Prevention, Provide WORK ITEM 44: Auxiliary Seawater Piping (Availability No.2), Modify Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.) (b) Capability to perform work similar to the above work items. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. Respond to Wayne.M.Gutman@uscg.mil and Marcella.V.Brown@uscg.mil by 5:00 p.m. Hawaii time on February 15, 2023.� Please insert as subject line � Sources Sought Response to 70Z08524MIDGETTDDFY24. The Government intends to advertise a solicitation for this project in the future. At this time, a solicitation does not exist; therefore, offers shall not be accepted. It is the potential Offeror's responsibility to monitor https://sam.gov/content/home for release of any future solicitation that may result from this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0505a0de583d4d36a3d4158f5789d05c/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN06577086-F 20230201/230130230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.