Dry Dock (DD): USCGC ELM DD FY24 (WLB 204) FY24 DD Repairs

From: Federal Government(Federal)
70Z08524CIBCTELM

Basic Details

started - 13 Jul, 2023 (9 months ago)

Start Date

13 Jul, 2023 (9 months ago)
due - 28 Jul, 2024 (in 2 months)

Due Date

28 Jul, 2024 (in 2 months)
Bid Notification

Type

Bid Notification
70Z08524CIBCTELM

Identifier

70Z08524CIBCTELM
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34452)US COAST GUARD (24536)SFLC PROCUREMENT BRANCH 2(00085) (3666)

Attachments (1)

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.

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.The US Coast Guard, Surface Forces Logistic Center, Alameda CA is seeking contractors interested in providing Maintenance and Repair Services with DRYDOCK AVAILABILITY FY24 for the USCGC ELM (WLB 204) FY24 DRYDOCK Availability. The US Coast Guard Cutter (CGC) USCGC
ELM (WLB 204) is a 255' long juniper class seagoing buoy tender class cutter which is currently home ported in Astoria, OR. Work list will include, but is not limited to: Underwater body paint, hull, buoy deck anchor chain. Maintenance to rudder, propeller, thrusters, and shafting. Ballast, sewage, fuel tank and pipe cleaning. Renew Sea valve and strainers. There are approximately 88 Line Items. ***PLEASE SEE ATTACHMENT***1. A WLR's design limits its use to protected and inland waters. The cutter is not crewed for continuous steaming and is normally limited to daylight transits. Due to crewing and cutter employment standards, seven days transit is the limit of crew endurance under normal operating conditions. Ten hours of transit per day is the planning factor due to crew fatigue. WLR's have a maximum speed of 10 knots, however, environmental factors frequently limit average speed to 6.5 knots.2. Foreseeable costs (crew lodging, messing, rental vehicles, fuel, and authorized crew travel in accordance with the Joint Travel Regulations) will be added to the pricing and will be an economic consideration for award.CUTTER’S HOMEPORT: Astoria, ORPLACE OF PERFORMANCE: Contractor’s Facilities.DESCRIPTION OF WORK: See attached (Rev-0, 23 June 2023) USCGC ELM (WLB 204) SPECIFICATION FOR DRYDOCK REPAIRS FY2024***PLEASE SEE ATTACHMENT FOR FULL DETAILS***ANTICIPATED PERIOD OF PERFORMANCE: 01/16/2024 – 04/30/2023, 106 daysThe 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 and a positive statement OF INTEREST, 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 POC listed in the Contract Opportunities announcement 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: Please provide the following documentation as it applies to you company.• If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.• If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA.• If claiming SDVOSB 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.• If claiming VOSB 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.• 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.• If claiming Woman Owned Small Business (WOSB) 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.• If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.1. 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.2. 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 at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (OCT 2018). SAM can be obtained by accessing the internet at https://www.sam.gov/SAM/ 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 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 Contract Opportunities (formerly FedBizOpps) the website https://sam.gov/. It is the potential offeror's responsibility to monitor Contract Opportunities 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.
Also Search For

USALocation

Place Of Performance : USA

Country : United States

You may also like

Dry-Dock: USCGC KANAWHA FY24 DD

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

USCGC William Tate (WLM 560) DS Repair FY24

Due: 08 May, 2024 (in 6 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

USCGC MIDGETT (WMSL 757) Drydock Repairs –Honolulu, HI

Due: 11 May, 2024 (in 9 days)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 J999Non-nuclear Ship Repair (West) Ship repair (including overhauls and conversions) performed on. non-nuclear propelled and nonpropelled ships west of the 108th meridian