United States - Haddock FY20 Dry Dock Repairs - Sources Sought Notice

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
23 May 2019
Opportunity publication date
09 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 08, 2019 8:11 am

DRY-DOCK REPAIRS FOR USCGC HADDOCK (WPB -87347)
SOURCES SOUGHT NOTICE
This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or Quotation. 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:
DRY-DOCK REPAIRS: Contractor shall provide all necessary materials, equipment, and personnel to perform dry-dock repairs to USCGC HADDOCK (WPB-87347). The vessel's homeport is San Diego, California. All work is to be performed at the contractor's dry-dock facility. This availability is subject to change at the discretion of the Government.
GEOGRAPHICAL RESTRICTION: USCGC HADDOCK (WPB 87347) is restricted to the San Francisco Bay area and South within the state of California, US.
ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be 6 November 2019 through 5 January 2020, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award.
NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.
SCOPE OF WORK: The scope of the acquisition is for dry-dock repairs for USCGC HADDOCK (WPB-87347). This work will include, but is not limited to the following WORK ITEMS (subject to change at the discretion of the Government):
WORK ITEM 1: Structural Analysis, 3D Laser Scan, Perform
WORK ITEM 2: Ultrasonic Thickness Measurements, Perform
WORK ITEM 3: U/W Body, Preserve (100%)
WORK ITEM 4: Hull Plating Freeboard, Preserve "100%"
WORK ITEM 5: Tank, Dirty Oil, Clean and Inspect
WORK ITEM 6: Tank, Oily Water, Clean and Inspect
WORK ITEM 7: Tanks (Mp Fuel Service), Clean And Inspect
WORK ITEM 8: Decks, Exterior (Main Deck), Preserve
WORK ITEM 9: Capastic Fairing, Depth Sounder, Renew
WORK ITEM 10: Main Engine/Reduction Gear, Realign
WORK ITEM 11: Intermediate Water-Lubricated Propulsion Shaft Bearings, Renew
WORK ITEM 12: Aft Water-Lubricated Propulsion Shaft Bearings, Renew
WORK ITEM 13: Intermediate Bearing Carriers, Renew
WORK ITEM 14: Aft Bearing Carriers, Renew
WORK ITEM 15: Stern Tube Interior Surfaces, Preserve 100%
WORK ITEM 16: Propellers, Renew
WORK ITEM 17: Speed Log, Skin Valve, Renew
WORK ITEM 18: Sea Water System, Perform Maintenance
WORK ITEM 19: Rudder Assemblies, Renew
WORK ITEM 20: Stern Launch Door, Remove, Inspect and Reinstall
WORK ITEM 21: Superstructure, Preserve "100%"
WORK ITEM 22: Cathodic Protection/Zinc Anodes, Renew
WORK ITEM 23: Drydock
WORK ITEM 24: Temporary Services, Provide - Cutter
WORK ITEM 25: Sea Trial Performance, Support, Provide
WORK ITEM 26: Fathometer Transducer, Renew
WORK ITEM 27: Motor Controllers (1-50), Install
WORK ITEM 28: Oily Water Separator, Remove
WORK ITEM 29: Propulsion Shaft and Shaft Seals, Replace
WORK ITEM 30: Critical Coated Surface(s), Preserve
WORK ITEM 31: Kickpipe, Renew
WORK ITEM 32: Piping System, Seawater Cooling, Repair
WORK ITEM 33: Main Mast, Modify
WORK ITEM 34: Mast, Preserve ("100%") - Contractor Interference Removal
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 email to: Lana.E.Denning@uscg.mil no later than 23 May 2019 at 11:00 AM EST.
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:
a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
b. If claiming Hub Zone status, provide a copy of your Hub Zone Certificate from SBA.
c. If claiming SDVOSBC 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 Small Business status, provide documentation to show the business is small under NAICS code 336611.
5. Statement for Proposal Submission: 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. Brief statement on how your company will perform the work and confirmation 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. Team Arrangements: Should you wish to use any type of contractor teaming arrangement, specifically a partnership or joint venture, you must provide a signed copy of the teaming arrangement.
7. Past Performance Information: Evidence of successful performance in work similar in type and scope within the last two years; include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers.
For joint ventures, 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: Need to be registered 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.
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 may 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
23 May 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?