DRYDOCK USCGC TERRAPIN
06/25/2019: *** DISREGARD AMENDMENT A00001 to Sources Sought Notice posted on 06/25/2019, listed below. USCGC TERRAPIN's GEOGRAPHICAL RESTRICTION REMAINS TO THE STRAIT OF JUAN DE FUCA AND PUGET SOUND.... 06/25/2019: *** DISREGARD AMENDMENT A00001 to Sources Sought Notice posted on 06/25/2019, listed below. USCGC TERRAPIN's GEOGRAPHICAL RESTRICTION REMAINS TO THE STRAIT OF JUAN DE FUCA AND PUGET SOUND. ***06/25/2019: Amendment A00001: changes the Geographical restriction to include: Alaska, Strait of Juan de Fuca, Puget Sound, San Francisco Bay, CA and North. No Gulf of Alaska transits during winter months (November - March). See separate SF-30 attachment for acknowledgment. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ SOURCES SOUGHT NOTICE DRYDOCK & REPAIRS FOR USCGC TERRAPIN (WPB-87366) 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. This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center; Norfolk, VA to identify sources capable of providing the following: Requirement: Drydock/Ship Repairs; Contractor shall provide a certified drydock facility, all necessary materials, equipment, and personnel to perform drydock repairs to USCGC TERRAPIN (WPB-87366) an 87-foot patrol boat, within the Geographical Restriction to the Strait of Juan de Fuca and Puget Sound. This availability is subject to change at the discretion of the Government. Anticipated Period of Performance: The period of performance is anticipated to be for sixty-one (61) calendar days with a start date of November 6, 2019 through January 5, 2020 (subject to change at the discretion of the Government). 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 drydock repairs for USCGC TERRAPIN (WPB-87366). 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: Stern Launch Door, Remove, Inspect and Reinstall WORK ITEM 20: Cathodic Protection/Zinc Anodes, Renew WORK ITEM 21: Drydock WORK ITEM 22: Temporary Services, Provide - Cutter WORK ITEM 23: Sea Trial Performance, Support, Provide WORK ITEM 24: Fathometer Transducer, Renew WORK ITEM 25: Oily Water Separator, Remove WORK ITEM 26: Propulsion Shaft and Shaft Seals, Replace WORK ITEM 27: Rudder Assemblies, Renew WORK ITEM 28: Main Mast, Modify WORK ITEM 29: Interior Deck Covering System, Renew WORK ITEM 30: Multi-Cable Transit Assembly, Renew WORK ITEM 31: Critical Coated Surface(s), Preserve WORK ITEM 32: Windows, Pilothouse, Renew WORK ITEM 33: Stanchion(s), Repair WORK ITEM 34: Pilothouse Deck, Inspect and Preserve Interested Companies may respond to this Sources Sought Notice via e-mail to: Nancy.M.Brinkman@uscg.mil no later than 10:00 a.m. EST on May 10, 2019. 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. 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, HubZone 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 HuBZone status, provide a copy of your HuBZone 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. ocumentation 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: 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: Need to be 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 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »