DRY-DOCK & REPAIRS OF CGC ALEX HALEY (WMEC 39)
The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform DRY-DOCK AND REPAIRS of CGC ALEX HALEY, a 280 foot medium endurance cu... The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform DRY-DOCK AND REPAIRS of CGC ALEX HALEY, a 280 foot medium endurance cutter, home ported in KODIAK, AK. A firm-fixed price contract is anticipated for award. The information obtained from this notice is for market research only and will be used to determine method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees. To increase market competition, the CGC ALEX HALEY drydock and repairs is being opened up to the US West Coast, Alaska and Hawaii. The U.S. Coast Guard will transit CGC ALEX HALEY to a contractor's shipyard in Alaska, Hawaii or the US West Coast. TENTATIVE PERIOD OF PERFORMANCE: 06 June 2022 through 03 September 2022. Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for both cutters. Sampling of work to be performed: Hull Plating, U/W Body, Inspect Hull Plating, U/W Body, Ultrasonic Testing Hull Plating Freeboard, Preserve, Partial Hull And Structural Plating, General, Renew Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair Appendages, U/W, Leak Test Appendages, U/W, Internal, Preserve Tanks, MP Fuel Stowage and Overflow, Clean and Inspect Tanks, Potable Water, Clean and Inspect Tanks, Ballast, Clean and Inspect Voids, Accessible, Clean and Inspect Propulsion Shaft Seals, Mechanical Overhaul & Inflatable Renewal Stern Tube Interior Surfaces, Preserve, 100 Percent Controllable Pitch Propellers, Clean and Inspect Boiler, 5 Year Certification Sea Valves and Waster Pieces, Overhaul Or Renew Sea Strainers, Duplex, All Sizes, Overhaul Potable Water Pneumatic Tanks, Clean and Inspect Rudders, Inspect and Repair Rudders, Preserve, 100 Percent Thruster Unit (General), Overhaul Sewage Piping, Clean and Flush Chain Locker, Preserve, 100 Percent Tanks, Grey Water Holding, Preserve 100 Percent Cathodic Protection, Zinc Anodes, Renew Decks, Helicopter Operating Areas, Preserve Drydock Temporary Services, Provide - Cutter Sea Trial Performance, Support, Provide Deck Covering, Wet/ Dry, Seal Watertight Scuttles, External, Renew Hull Penetration, Repair Bulkhead Plating, Renew Deck Plate, Renew Bilge Surfaces, Preserve Longitudinal, Renew Access Cover and Bolting Ring, Renew MDE Exhaust Insulation, Renew Firemain Piping, Repair Ventilation Ducting, Clean and Inspect Chill Water System, Clean and Flush Raw Water Piping, Repair rey Water Piping, Renew Sewage Piping Joint, Replace Sewage Vacuum Manifold Piping, Restore Tanks, Ballast, Preserve, Partial (Optional) Compressed Air Receivers (All) Clean, Inspect and Hydro Insulation Renewal, Hangar Stuffing Tube, Installation SSDG Exhaust Stacks, Inspect MDE Exhaust Stacks, Inspect U/W Body, Preserve (Partial - Condition A) Rudder And Rudder Stock, Remove, Inspect & Repair Main Reduction Gear, Repairs Controllable Pitch Propeller System Maintenance CPP Hubs, Renew Waterborne Bearings, Overhaul Propulsion Shafting, Remove Propulsion Shafting, Inspect and Package Propulsion Shafting, Install Preparations Propulsion Shafting, Install Propulsion Shafting, Strain Gage Alignment, Inspect Ventilation Ducting, Repair (Optional) Machinery Exhaust Piping Insulation, Renew Fathometer Transducer, Renew Deep Water Sounder, Remove Doppler Speed Log, Replace Tenting, Provide Accessible Voids, Preserve, 100 Percent Sewage Pump Room Bilge, Preserve “100%” 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. Attached to this sources sought notice is a questionnaire for this requirement that must be submitted with company’s response to this notice. Companies may respond to this Sources Sought Notice via e-mail to Valerie.s.riverachase@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 20 September 2021 with 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: 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. 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 VOSBC 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 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 3366 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 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 in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov 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; 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. 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. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, 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.
Data sourced from SAM.gov.
View Official Posting »