SOURCES SOUGHT NOTICE: DOCK SIDE REPAIRS USCGC MARCUS HANNA (WLM -554). 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:
Hull Plating (U/W Body), Inspect
Hull Plating (U/W Body), Ultrasonic Testing
Hull and Structural Plating (General) -10.2-Pound Steel, Renew
Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Renew
Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Renew
Hull And Structural Plating (General) - 20.4-Pound Steel Plate, Renew
Hull And Structural Plating (General) - Cracked Steel Welds, Repairs
Hull and Structural Plating (General) - Degraded Weld (Steel), Repair
Appendages (U/W), Leak Test
Appendages (U/W) - Internal, Preserve
Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect
Voids (Non-Accessible), Leak Test
Voids (Non-Accessible), Internal Surfaces, Preserve
Tanks (MP Fuel Service), Clean and Inspect
Tanks (Hydraulic Oil Stowage And Service), Clean And Inspect
Tanks (Potable Water), Clean and Inspect
Tanks (Lube Oil), Clean and Inspect
Voids (Accessible), Clean and Inspect
Tanks (Dirty Oil and Waste), Clean and Inspect
Sw Heat Exchangers; Clean, Inspect And Hydro
Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean
Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
Circuit Breakers (60 Hz), Inspect and Test
Fathometer Transducer, Renew
Underwater (Speed) Log Transducer(s), Renew
Sea Valves and Waster Pieces, Overhaul or Renew
Sea Strainers - Duplex (All Sizes), Overhaul
Sea Bay, Preserve - Partial
Sea Bay, Clean and Inspect
Sea Bay, Preserve 100%
Potable Water Pneumatic Tank(s), Clean and Inspect
Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
Mechanical Chain Stoppers, Inspect and Service
Hull Fittings (Mooring and Towing), Inspect and Test
Single Point Davit, Inspect and Service
Grey Water Holding Tank(s), Clean and Inspect
Sewage Holding Tank(s), Clean and Inspect
Grey Water Piping, Clean and Flush
Sewage Piping, Clean And Flush
Oily Water Separator, Overhaul
Accessible Void(s), Preserve "100%"
Tanks (Ballast), Preserve "100%"
Tanks (Ballast), Preserve "Partial"
Tanks (Dirty Oil and Waste), Preserve "100%"
Tanks (Dirty Oil and Waste), Preserve "Partial"
Tanks (Fuel), Preserve "100%"
Tanks (Fuel), Preserve "Partial"
Tanks (Grey Water Holding), Preserve "100%"
Tanks (Grey Water Holding), Preserve "Partial"
Tanks (Sewage Holding), Preserve "100%"
Tanks (Sewage Holding), Preserve "Partial"
Accessible Void(s), Preserve "Partial"
Tanks (Potable Water), Preserve "100%"
Tanks (Potable Water), Preserve "Partial"
U/W Body, Preserve (100%)
U/W Body, Preserve (Partial - Condition A)
U/W Body, Preserve (Partial - Condition B)
U/W Body, Preserve (Partial - Condition C)
Hull Plating Freeboard (Buoy Port Areas), Preserve
Hull Plating Freeboard, Preserve "100%"
Superstructure, Preserve "100%"
Superstructure, Preserve "Partial"
Cathodic Protection / Zinc Anodes, Renew
Dry-dock
Temporary Messing, Provide
Temporary Berthing, Provide
Sea Trial Performance, Support, Provide
Z-Drive Propulsion Units, Overhaul
Z-Drive Propulsion Unit, Renew (Dry-dock)
Anchor Windlass, Inspect And Service
Bilges, Preserve
Weather Deck Kick pipes, Renew.
Cargo Hold Hull Fittings, Renew
Goose Neck Vent Pipes, Renew
Bilges, Preserve
Deck Covering, Wet/ Dry, Seal
Deck Covering (Interior Wet/Dry), Renew
Fuel Piping, Renew
Starboard Chain Stopper Piping, Relocate
Z-Drive Piping, Renewal
Scuttles (External), Repair
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 SEVENTY (70) calendar days with a start date of May 2, 2017 through July 11, 2017. (Subject to change at the discretion of the Government)
The cutter's homeport is South Portland, ME. 91556. Geographical Restriction: None.
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 4 November 2016 at 10:00 AM, 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. 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.
Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov.
Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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.
After a review of the responses received from this notice, a pre-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 my result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.