DOCKSIDE REPAIRS OF CGC CALHOUN (WMSL 759)

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08524SSNLRECALHOUNDS

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 22 Apr, 2024 (7 days ago)

Due Date

22 Apr, 2024 (7 days ago)
Bid Notification

Type

Bid Notification
70Z08524SSNLRECALHOUNDS

Identifier

70Z08524SSNLRECALHOUNDS
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34427)US COAST GUARD (24515)SFLC PROCUREMENT BRANCH 2(00085) (3660)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform dockside repairs of CGC CALHOUN (WMSL 759), a 418’ National security cutter, Charleston, SC. 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 1,300 employees.To increase market competition, CGC Calhoun dockside repairs will be at the vessel’s home berth in Charleston, SC.TENTATIVE PERIOD OF PERFORMANCE: 04 September 2024 through 22 November 2024.Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for the cutter. Sampling of work to be performed:WORK ITEM 1: Fire Prevention,
ProvideWORK ITEM 2: AFFF Bilge Sprinkling Piping, ModifyWORK ITEM 3: Flight Deck Floodlight Transformer (Motor Driven-Auto), RelocateWORK ITEM 4: Aft Gray Water Piping, ModifyWORK ITEM 5: FWD Gray Water Tank Strainers, InstallWORK ITEM 6: Tanks (MP Fuel Storage and Overflow), Clean and InspectWORK ITEM 7: Grey Water Holding Tank, Clean and InspectWORK ITEM 8: Tanks (Ballast), Clean and InspectWORK ITEM 9: Temporary Services, ProvideWORK ITEM 10: Storage Cages, InstallSUBMISSION 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 Valerie.s.riverachase@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 22 April 2024 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 Concern4. 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 millionf. 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 3366115. 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/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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding 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 www.sam.gov website. It is the potential offeror's responsibility to monitor www.sam.gov 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.

Charleston ,
 SC   USALocation

Place Of Performance : N/A

Country : United StatesState : South CarolinaCity : Charleston

Office Address : COAST GUARD ISLAND, BLDG 50-7 ALAMEDA , CA 94501 USA

Country : United StatesState : CaliforniaCity : Alameda

You may also like

TASK ORDER FOR THE FY24 DOCKSIDE REPAIR TO CGC HEALY.

Due: 01 May, 2024 (Tomorrow)Agency: U.S. COAST GUARD

NOAA DOCKSIDE REPAIRS

Due: 31 Aug, 2028 (in about 4 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 336611Ship Building and Repairing
pscCode J999Non-nuclear Ship Repair (West) Ship repair (including overhauls and conversions) performed on. non-nuclear propelled and nonpropelled ships west of the 108th meridian