Federal Bid

Last Updated on 15 May 2023 at 5 PM
Sources Sought
Norfolk Virginia

CGC KATHERINE WALKER DRYDOCK REPAIRS

Solicitation ID CGC-KATHERINE-WALKER-DRYDOCK
Posted Date 15 May 2023 at 5 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Norfolk Virginia United states 23510

SOURCES SOUGHT NOTICE 

DRYDOCK REPAIRS 

USCGC KATHERINE WALKER (WLM 552) 

SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS USCGC KATHERINE WALKER (WLM 552).  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: 

All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.  

SPECIFICATION: (Subject to change at the discretion of the Government).  Contractor shall provide all necessary facilities, materials, equipment and personnel to perform dockside repairs to the U.S. Coast Guard KATHERINE WALKER (WLM 552).  

DESCRIPTION OF WORK: The scope of the acquisition is for the dockside repairs of various items for the USCGC KATHERINE WALKER (WLM 552). This work will include, but is not limited to:  

Hull Plating, U/W Body, Inspect  

Hull Plating, U/W Body, Ultrasonic Testing  

U/W Body, Preserve 100 percent 

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, 100 percent 

Appendages, U/W, Leak Test  

Appendages, U/W, Internal Preserve  

Chain Lockers, Clean and Inspect 

Tanks, MP Fuel Stowage and Overflow, Clean and Inspect  

Voids, Non-Accessible, Internal Surfaces, Preserve  

Tanks, MP Fuel Service, Clean and Inspect  

Tanks, Ballast, Clean and Inspect 

Tanks, Dirty Oil and Waste, Clean and Inspect  

Z-Drive Propulsion Units, Overhaul 

Fathometer Transducer, Renew 

Underwater Speed Log, Transducer, Renew 

Sea Valves and Waster Pieces, Overhaul or Renew 

Sea Strainers, Duplex All Sizes, Overhaul  

Sea Strainers, Simplex, All Sizes, Clean and Inspect 

Sea Bay, Clean and Inspect 

Sea Bay, Preserve 100% 

Thruster Unit (General), Overhaul  

Anchor Windlass, Inspect And Service 

Anchor Chains and Ground Tackle, Inspect and Repair  

Chain Locker, Preserve, 100 Percent  

Decks – Exterior (Buoy or Construction Deck), Preserve 100% 

Cathodic Protection, Zinc Anodes, Renew 

Drydock 

Temporary Services, Provide – Cutter  

Sea Trial Performance, Support, Provide  

Bilges, Preserve  

Fire Prevention Requirements 

ATON Tie-down, Install  

Cargo Hold Bilge, Inspect, Repair, and Preserve 

Gunwale Forward, Repairs 

Main Mast Pad-eye(s), Renew 

Deck Covering (Carpeting), Renew 

Task light Mast Repair  

Doppler Speed Log Upgrade  

All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.  

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from December 5, 2023 thru February 13, 2024.  (Subject to change at the discretion of the Government). USCGC KATHERINE WALKER homeport address is 85 Port Terminal Blvd, Bayonne, NJ.  07002-5041. 

ANTICIPATED 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:  

[email protected] or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than June 2, 2023 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.  

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 SDVOSB status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations, and hold 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 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 hold the highest officer position in the company that works at the business fulltime during 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 and 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 persona 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 (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily manage by one or more women that make long-term decisions for the business and hold the highest officer positioning eh 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. 

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.  

SAM: Interested parties should register in 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/portal/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 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 form 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; Do Not Request a Copy of the Solicitation.  

After a review of the responses received, a solicitation may be published on The System for Award Management (Sam.gov) website. It is the potential offeror’s responsibility to monitor https://sam.gov 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. 

Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Jun 2019 at 7 PM
Location Unknown 03 Apr 2018 at 10 PM
Location Unknown 10 Feb 2018 at 12 AM
Location Unknown 02 Apr 2007 at 4 AM
Walker West virginia 05 Mar 2018 at 10 PM

Similar Opportunities

Washington District of columbia 30 Oct 2025 at 8 PM