DOCKSIDE REPAIRS FOR CGC OSPREY

expired opportunity(Expired)
From: Federal Government(Federal)
70Z080-18-SS-P45145-00

Basic Details

started - 11 Dec, 2017 (about 6 years ago)

Start Date

11 Dec, 2017 (about 6 years ago)
due - 20 Dec, 2017 (about 6 years ago)

Due Date

20 Dec, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
70Z080-18-SS-P45145-00

Identifier

70Z080-18-SS-P45145-00
Department of Homeland Security

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34449)US COAST GUARD (24533)SFLC PROCUREMENT BRANCH 1(00080) (3385)
[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.

SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS USCGC OSPREY(WPC-87307)This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice orsolicitation 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 itemssuitable 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 toFAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this marketresearch. 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 toidentify sources capable of providing the following:DRYDOCK Repairs Specification: (Subject to change
at the discretion of the Government)Contractor shall provide all necessary facilities, materials, equipment, and personnel to DOCKSIDE repairs to theU.S. Coast Guard Cutter (USCGC) OSPREY (WPB-87307), a 87 Foot Patrol Boat. The vessel is home ported inPort Townsend, WA. All work will be performed at the vessel's pier.GEOGRAPHICAL RESTRICTION: NoneDOCKSIDE REPAIRS FOR CGC OSPREY - Federal Business Opportunities: Notices Page 1 of 5https://www.fbo.gov/index?s=procurement&mode=form&id=0e64865a7890cd27ca3598b... 12/5/2017Scope of Work: The scope of the acquisition is for the DRYDOCK repairs of the USCGC OSPREY (WPB-87307).This work may include, but is not limited to the following ITEMS:Hull Plating (Side Scan), Ultrasonic TestingStructural Analysis, 3D Laser Scan, PerformAluminum Hull and Structural Repairs - 1/4" PlateAluminum Hull and Structural Repairs - 3/16" Plate (O)Aluminum Hull and Structural Repairs - 5/16" Plate (O)Hull and Structural Plating Repairs -Crack (Aluminum) (O)Hull and Structural Plating Repairs - Crack (Steel) (O)Hull and Structural Plating Repairs - Eroded Weld (Aluminum) (O)Steel Hull and Structural Plating Repairs (5-Pound) (O)Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound) (O)Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound) (O)Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound) (O)Hull and Structural Plating -10.0-Pound Steel, Repair (O)Appendages (U/W), Leak Test (O)Appendages (U/W) - Internal, Preserve (O)Voids (Non-Accessible), Leak Test (O)Tanks (MP Fuel Stowage and Overflow), Clean and InspectVoids (Non-Accessible), Preserve Internal Surfaces (O)Tanks (MP Fuel Service), Clean and InspectTanks (Potable Water), Clean and InspectVoids (Accessible), Clean and InspectTanks (Dirty Oil and Waste), Clean and InspectMain Diesel Engine, RenewPropulsion Shafting, Remove, Inspect, and ReinstallMechanical Shaft Seal Assemblies, OverhaulPropulsion Shaft Bearings (External), Renew (O)Propulsion Shaft, Stern Tube Forward Bearing, Renew (O)Propulsion Shaft, Forward Bearing Housing, Renew (O)Propellers; Remove, Inspect, and ReinstallTemporary Services, Provide- CutterSpeed Doppler, Remove, Inspect, and Reinstall,- Doppler Valve, OverhaulSea Valves and Waster Pieces, Overhaul or RenewSea Strainers - Duplex (All Sizes), OverhaulFuel System Valves, Renew and OverhaulSteering Gear (General), OverhaulRudder Assembly, Remove, Inspect and ReinstallFin Stabilizers (General), OverhaulGrey Water Holding Tank(s), Clean and InspectSewage Holding Tank, Clean and InspectGrey Water Piping, Clean and FlushSewage Piping, Clean and FlushForward Peak Compartment, PreserveForward Void, PreserveTanks (Dirty Oil), Preserve "100%" (O)Tank (Oily Water), Preserve "100%" (O)Tanks (Potable Water), Preserve "100%"DOCKSIDE REPAIRS FOR CGC OSPREY - Federal Business Opportunities: Notices Page 2 of 5https://www.fbo.gov/index?s=procurement&mode=form&id=0e64865a7890cd27ca3598b... 12/5/2017Bilge Surfaces, PreserveU/W Body, Preserve (100%) Used with Side Scan)Stern Tube Interior Surfaces, Preserve 100%(O)Impressed Current Cathodic Protection System, Inspect and MaintainImpressed Current Cathodic Protection System Anodes, renew (O)Impressed Current Cathodic Pretection System Reference Cells, Renew (O)CAPAC Anode Assembly Renew (O)Sea Trial Performance, Support, ProvideFiremain Valves, RenewAuxiliary Sea Water System Valves, Overhaul or RenewShaft Alignment Check (O)Exhaust Piping System, InspectSW Heat Exchangers, Clean, Inspect and HydroShip Service Diesel Generators (CAT), Renew, BothTank (Aft Grey Water), Preserve "100%" (O)Tank (Sewage Vacuum Colection), Preserve "100%"Hull Plating Freeboard, Preserve "100%"Cathodic Protection System (Bilge and Sea Chest), RenewImpress Current Cathodic Protection System Dielectric Shield (Capastic Fairing), RenewVentilation System(s), Insulation, Renew (CSMP 2015007)Deck covering System in Galley and Mess Deck, RenewDeck Covering, (Interior Wet/Dry), Renew (CSMP 2015-02,03,03,11Forward Auxiliary Bilge, Preserve 100% (CSMP 2015Sewage System, structuralStructural Analysis, 3D Laser Scan, PerformCradle Assemble, Disassemble and TransportAll welding and brazing shall be accomplished by trained welders who have been certified by the applicableregulatory code performance qualification procedures.Anticipated Period of Performance: The period of performance is anticipated to be for THIRTY(30) calendar dayswith a start date of 04 APRIL 2018 and end date of 03 MAY 2018. (Subject to change at the discretion of theGovernment)Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing andthe size standard is 1,250 employees.Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirementsare invited to provide information to contribute to this market survey/sources sought notice including commercialmarket information and company information.Companies may respond to this Sources Sought Notice via e-mail to Shean.E.Mohammed @uscg.mil or via fax to(757) 628-4676 (Attn: Shean Mohammed/C&P1-PBPL) no later than December 21st at 5:00PM, Eastern Timewith 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:Please state which of the following apply to your company:a. 8(a) Small Business Concern;b. HubZone Small Business Concern;c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC);DOCKSIDE REPAIRS FOR CGC OSPREY - Federal Business Opportunities: Notices Page 3 of 5https://www.fbo.gov/index?s=procurement&mode=form&id=0e64865a7890cd27ca3598b... 12/5/2017d. 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:Please provide the following documentation as it applies to your company: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 highestofficer position in the company. Documentation should also be provided to show that the SDV has a serviceconnecteddisability 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 thebusiness, controls the management and daily operation, make long-term decisions for the business, and holds thehighest officer position in the company that works at the business fulltime during normal working hours. Thedocumentation 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 aneconomically disadvantaged woman that make long-term decisions for the business, hold the highest officerposition in the business and work at the business full-time during normal working hours. The documentationshould also show the business is small under the NAICS code 336611. A woman is presumed economicallydisadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted grossyearly income averaged over the three years preceding the certification less than $350,000, and the fair marketvalue 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 least51% 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 fulltime during normal working hours. The women must be U.S. citizens. The documentation should also show thebusiness is small under the NAICS code 336611.g. If claiming Small Business status, provide documentation to show the business is small under NAICS code336611.5. Statement of Proposal Submission: Statement on how your company will do the work and that your companyWILL 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 contractnumbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies areplanning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, theyare requested to provide past performance information on projects of similar scope that they have performedtogether as a Joint Venture, if available. Providing individual past performance documentation from each companyon separate projects where the two did not work together may be considered less relevant.SAM (CCR): Interested parties should register in the System for Award Management (SAM) formely known asCentral Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR can be obtained byaccessing 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 notconstitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government toaward a contract nor will the Government pay for any information provided; no basis for claim against theDOCKSIDE REPAIRS FOR CGC OSPREY - Federal Business Opportunities: Notices Page 4 of 5https://www.fbo.gov/index?s=procurement&mode=form&id=0e64865a7890cd27ca3598b... 12/5/2017Government shall arise as a result from a response to this Sources Sought Notice or Government use of anyinformation provided. Failure to respond or submit information in sufficient detail may result in a company notbeing considered a likely offeror when making a decision on whether or how to set aside a solicitation for restrictedcompetition. Regardless of the information obtained from this Sources Sought Notice, the Government reservesthe right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised thatthe Government is under no obligation to acknowledge receipt of the information received or provide feedback torespondents with respect to any information submitted. No proprietary, classified, confidential, or sensitiveinformation should be included in your response to this Sources Sought Notice. The Government reserves theright 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 nosolicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, apre-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 resultfrom this Sources Sought Notice. However, responses to this Sources Sought Notice will not be consideredadequate responses to any resultant solicitation.

102 Benedict St Port Townsend,, Washington 98368 United StatesLocation

Place Of Performance : 102 Benedict St

Country : United States

You may also like

Please Sign In to see more like these.

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

Classification

336 -- Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing
naicsCode 336611Ship Building and Repairing
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products