United States - Cgc neah Bay drydock repairs

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 October 2019
Opportunity publication date
21 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 20, 2019 12:04 pm

SOURCES SOUGHT NOTICE
DRYDOCK REPAIRS
USCGC NEAH BAY (WTGB 105)

SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC NEAH BAY (WTGB 105). 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 are capable of satisfying the agency's requirements exist. (2) Determine if commercial items are 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:
Hull Plating (U/W Body), Inspect
Hull Plating (U/W Body), Ultrasonic Testing
U/W Body, Preserve (100%)
U/W Body, Preserve (Partial - Condition A)
U/W Body, Preserve (Partial - Condition B)
Bubbler Channels, Inspect
Appendages (U/W), Leak Test
Propulsion Shaft Rope Guards, Inspect
Appendages (U/W) - Internal, Preserve
Chain Lockers(s), Clean and Inspect
Tanks (MP Fuel Stowage And Overflow), Clean And Inspect
Voids (Non-Accessible), Leak Test
Propulsion Shaft Rope Guards, Inspect
Appendages (U/W) - Internal, Preserve
Chain Locker(s), Clean and Inspect
Tanks (MP Fuel Stowage And Overflow), Clean And Inspect
Voids (Non-Accessible), Leak Test
Voids (Non-Accessible), Internal Surfaces, Preserve
Tanks (MP Fuel Service), Clean and Inspect
Tanks (Potable Water), Clean and Inspect
Propulsion Shaft Seal, Mechanical Clean and Inspect
Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renew
Propulsion Shafting; Remove, Inspect and Reinstall
Propulsion Shaft Bearings (External), Check Clearances
Stern Tube Interior Surfaces, Preserve 100%
Propeller, Remove, Inspect, and Reinstall
Circuit Breakers (60 Hz), Inspect and Test
Fathometer Transducer, General Maintenance
Sea Valves and Waster Pieces, Overhaul or Renew
Sea Strainers - Simplex (All Sizes), Clean and Inspect
Rudder Assembly, Remove, Inspect And Reinstall
Rudder(s), Preserve (100%)
Rudder Stock Bearings Clearances, Check
Anchor Chain(s) and Ground Tackle, Inspect and Repair
Grey Water Holding Tank(s), Clean and Inspect
Sewage Holding Tank(s), Clean and Inspect
Tank (Water Mist), Preserve (100%)
Chain Locker, Preserve 100%
Tank (Water Mist), Preserve (Partial)
Cathodic Protection / Zinc Anodes, Renew
Dry-dock
Temporary Services, Provide - Tender
Sea Trail Performance, Support, Provide
System Piping, Renew
Auxiliary Sea Water System Valves, Overhaul or Renew
Compartment Insulation (General), Renew
Lead-Based Paint and Asbestos-Containing Material, 100% Abatement, Perform
Water Tight Hatches (Internal DC Deck and Below), Renew
Watertight Doors and Scuttles (External), Renew
Watertight Doors and Scuttles (Internal, DC Deck and Below), Renew
Main and 01 Deck Windows, Renew
Tank (Water Mist), Clean And Inspect
Relief Valves, Test and Set
Heating System Pipe and Valves, Renew
Air Handler Unit, Renew
Seawater Temperature Control Valves and Controller, Overhaul

All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.
The period of performance for the CGC NEAH BAY (WTGB 105) Dry-dock Repairs is anticipated to start on or about May 15, 2020 through July 10, 2020. (Subject to change at the discretion of the Government).
USCGC NEAH BAY homeport is 1055 East 9th Street, Cleveland, OH. 44114
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: iran.n.walker@uscg.mil or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than October 4, 2019 at 5:00 PM, 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, Hub Zone 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 appropriate for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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 my result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Opportunity closing date
04 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Homeland Security USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1 United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?