Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOURCES SOUGHT

J -- CLAMP DD FY26

Notice Date
6/4/2025 8:59:22 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526RP250013039
 
Response Due
6/13/2025 8:00:00 AM
 
Archive Date
06/28/2025
 
Point of Contact
Jerrod Gonzales, Phone: 5104375416, SANDRA MARTINEZ
 
E-Mail Address
jerrod.a.gonzales@uscg.mil, sandra.a.martinez@uscg.mil
(jerrod.a.gonzales@uscg.mil, sandra.a.martinez@uscg.mil)
 
Description
***SEE ATTACHED FOR FULL TEX T NOTICE*** This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following USCGC CLAMP (WLIC 75306) and USCG BARGE (68016) FY25 Drydock Availability. USCGC CLAMP is a 75' inland construction tender class home-ported in Galveston, TX. Work list will include but is not limited: tank cleaning, potable water/sewage/greywater piping cleaning and repairs, spud winches inspect and service, exterior deck preservation, underwater body and plating preservation/renewal, propulsion inspect and repair. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. GEOGRAPHICAL RESTRICTION: N/A PLACE OF PERFORMANCE: DESCRIPTION OF WORK: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRY DOCK maintenance to the U.S. Coast Guard Cutter. Description: Work list will include but is not limited: tank cleaning, potable water/sewage/greywater piping cleaning and repairs, spud winches inspect and service, exterior deck preservation, underwater body and plating preservation/renewal, propulsion inspect and repair... D-001 Fire Prevention Requirements D-002 Hull Plating, U/W Body, Inspect - Tender D-003 Hull Plating, U/W Body, Ultrasonic Testing - Tender O-004 Hull and Structural Plating, General, 10.2 lbs. Steel, Renew - Tender O-005 Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew - Tender O-006 Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew - Tender O-007 Hull And Structural Plating, General, 20.4 lbs. Steel Plate, Renew - Tender O-008 Hull and Structural Plating, General, 7.65 lbs. Steel Plate, Renew - Tender O-009 Hull and Structural Plating, General, Degraded Weld, Steel, Repair - Tender D-010 Propulsion Shafting, Strain Gage Alignment, Inspect O-011 Propulsion Shafting; Remove, Inspect, and Reinstall D-012 Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renew O-013 Propulsion Shaft Bearings, External, Renew D-014 Propeller s, Remove, Inspect, and Reinstall D-015 Keel Coolers, Clean, Inspect and Hydro D-016 Rudder Assembly, Remove, Inspect And Reinstall O-017 Rudders, Preserve, 100 Percent O-018 Cathodic Protection, Zinc Anodes, Renew, - Tender D-019 Drydock - Tender D-020 Temporary Services, Provide - Tender D-021 Sea Trial Performance, Support, Provide D-022 Hull Plating, U/W Body, Inspect - Barge D-023 Hull Plating, U/W Body, Ultrasonic Testing - Barge O-024 Hull and Structural Plating, General, 10.2 lbs. Steel, Renew - Barge O-025 Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew - Barge O-026 Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew - Barge O-027 Hull and Structural Plating, General, 7.65 lbs. Steel Plate, Renew - Barge O-028 Hull and Structural Plating, General, Degraded Weld, Steel, Repair - Barge D-029 Fathometer Transducer, General Maintenance - Barge O-030 Cathodic Protection, Zinc Anodes, Renew - Barge D-031 Temporary Services, Provide - Barge Barge D-032 Hull Fittings, Weight Handling Rigging Hardware, Inspect and Test - Barge O-033 Spuds, Overhaul - Barge D-034 Drydock - Barge D-035 Fathometer Transducer, Renew � Tender O-036 Hull And Structural Plating, General, 20.4 lbs. Steel Plate, Renew - Barge ANTICIPATED PERIOD OF PERFORMANCE: December 02, 2025 through February 09, 2026 (Subject to change at the discretion of the Government). If the company is unable to meet this period of performance, it is incumbent upon the company to propose an alternative 69 calendar day period of performance. 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 POC listed in the Sam.Gov announcement with the following information/documentation: Jerrod Gonzales @ Jerrod.a.gonzales@uscg.gov and Sandra Martinez @ sandra.a.martinez@uscg.mil no later than 0800 PST June 13, 2025 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 your 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 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. 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 (OCT 2018). SAM can be obtained by accessing the internet at https://www.sam.gov/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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2124743f40334feb8d61bbc2e3aea668/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07466346-F 20250606/250604230053 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.