Dry Dock: USCGC BRISTOL BAY

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08524SSNBRISTOLBAYDD

Basic Details

started - 18 Apr, 2024 (13 days ago)

Start Date

18 Apr, 2024 (13 days ago)
due - 24 Apr, 2024 (7 days ago)

Due Date

24 Apr, 2024 (7 days ago)
Bid Notification

Type

Bid Notification
70Z08524SSNBRISTOLBAYDD

Identifier

70Z08524SSNBRISTOLBAYDD
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34455)US COAST GUARD (24536)SFLC PROCUREMENT BRANCH 2(00085) (3666)

Attachments (2)

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.

SOURCES SOUGHT NOTICE USCGC BRISTOL BAY (WTGB 102)And Barge for Dry Dock Repairs.This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. 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, and (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 Forces Logistics Center Norfolk, VA to identify sources capable of providing the following:DRY DOCK Repairs:
(Subject to change at the discretion of the Government). The Contractor shall provide all necessary facilities, materials, equipment, and personnel for dry dock repairs to the U.S. Coast Guard Cutter (USCGC) BRISTOL BAY (WTGB), a 140-foot Bay Class Butter and 120-foot ATON Barge. The vessel is home ported in Detroit, Michigan. All work will be performed at the contractor’s facility.ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for approximately eighty (80) calendar days with an approximate tentative start date of 9 July 2024 and end on or about 1 October 2024. (These dates are Subject to change at the discretion of the Government).ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 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.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.Companies may respond to this Sources Sought Notice via e-mail to Timothy.M.Shuhart@uscg.mil. Respond no later than 10:00AM EST, on 24 April 2024, with the following information / documentation:1. Name of Company, Address and Unique Entity ID.2. Point of Contact and Phone Number.3. Acknowledge that your firm is complying with Section 889 - Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment – as potential contractors may not sell or use. This may limit the competition pool or vehicle used as you review potential contractors' representations and certifications. See Section 889 Job Aid. FAR Clause 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (AUG 2020) (Deviation 20-05) and FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) (Deviation 20-05)4. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; HUBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); Veteran Owned Small Business Concern (VOSBC); ED Woman Owned Small Business Concern (EDWOSB); Woman Owned Small Business Concern (WOSBC); Small Business Concern; Large Business Concern5. 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 isat 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 336611.6. 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.7. 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. If the joint venture does not demonstrate past performance for award, the contracting officer shall consider the past performance of each party to the joint venture. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.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 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 SAM.gov website. It is the potential offeror's responsibility to monitor 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.

USALocation

Place Of Performance : N/A

Country : United States

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

Country : United StatesState : CaliforniaCity : Alameda

You may also like

Dry-Dock: USCGC KANAWHA FY24 DD

Due: 23 May, 2024 (in 21 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

USCGC BLUEBELL DRY DOCK FY 24

Due: 25 Mar, 2025 (in 10 months)Agency: U.S. COAST GUARD

Dry Dock USCGC NORTHLAND FY-24

Due: 01 Aug, 2024 (in 3 months)Agency: HOMELAND SECURITY, DEPARTMENT OF

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 J998Non-nuclear Ship Repair (East) Ship repair (including overhauls and conversions) performed on non-nuclear propelled and nonpropelled ships east of the 108th meridian