CGC SAGINAW DRYDOCK REPAIRS
SOURCES SOUGHT NOTICE DRYDOCK REPAIRS USCGC SAGINAW (WLIC 803) SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC SAGINAW (WLIC 803). This SOURCES SOUGHT NOTICE is for market research purposes only and doe... SOURCES SOUGHT NOTICE DRYDOCK REPAIRS USCGC SAGINAW (WLIC 803) SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC SAGINAW (WLIC 803). 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 (Side Scan), Ultrasonic Testing 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) U/W Body, Preserve (Partial - Condition C) Hull Plating Freeboard, Preserve - Partial Hull Plating Freeboard, Preserve "100%" Hull And Structural Plating (General) - Cracked Steel Welds, Repairs Hull And Structural Plating (General) - Degraded Weld (Steel), Repair Appendages (U/W), Leak Test Propulsion Shaft Rope Guards, Inspect Appendages (U/W) - Internal, Preserve Voids (Non-Accessible), Leak Test Voids (Non-Accessible), Internal Surfaces, Preserve Propulsion Shaft Seals (Inflatable), Overhaul and Inflatable Renewal Propulsion Shafting; Remove, Inspect, and Reinstall Propulsion Shafting, Straighten Mechanical Shaft Seal Assemblies, Renew Propulsion Shafting, Optical Or Laser Alignment Check Propulsion Shaft Bearings (External), Check Clearances Propulsion Shaft Bearings (External), Renew Propulsion Stern Tube Bearings, Renew Stern Tube Interior Surfaces, Preserve 100% Propeller s, Remove, Inspect, and Reinstall Propeller, Minor Repairs and Reconditioning, Perform Keel Coolers, Clean, Inspect and Hydro Fathometer Transducer, Renew Sea Valves and Waster Pieces, Overhaul or Renew Sea Strainers (All Sizes), Renew Sea Strainers - Duplex (All Sizes), Overhaul Rudder Assembly; Remove, Inspect And Reinstall Rudder(s), Preserve ("100%") Rudder Stock Bearings Clearances, Check Rudder Stock Housing (Lower), Renew Rudder Stock Housing (Upper), Renew Spuds, Overhaul Spud Wells, Preserve Spud Wells, Inspect Decks - Exterior (Buoy or Construction Deck), Preserve 100% Cathodic Protection / Zinc Anodes, Renew Dry-dock Temporary Services, Provide - Tender Temporary Messing and Berthing, Provide Sea Trial Performance, Support, Provide Bilges, Preserve Boat Davit Winch, Shrink Wrap Buoy and Cargo Handling Crane, Shrink Wrap Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test Boat Davit Gear, Replace Joiner Doors Repair Boiler and Piping, Renew Communications Closet Deck, LBP Abatement and Deck Renewal DC Shop Deck, Plating Renewal Plenum Space LBP, 100% Abatement, Perform Main Deck Drop Ceiling Repair Sewage Tank Vent, Renew Stanchions, Renew Forward Mast Repair Fan Coil Units, Renew Berthing Spaces, Renew 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 SAGINAW Dry-dock repairs is anticipated to be FIFTY - SEVEN (57) calendar days with a start date on or about March 10, 2020 through May 5, 2020. 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 August 16, 2019 at 4:00 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »