Contractor shall provide all necessary facilities, materials, equipment, and personnel to DRYDOCK and conduct repairs to the USCGC MACKINAW (WLBB 30). The vessel is home ported in Cheboygan, MI. All work will be performed at the contractor's facility.
Hull Plating (U/W Body), Inspect
Hull Plating (U/W Body), Ultrasonic Testing
U/W Body, Preserve (Partial - Condition A)
Appendages (U/W), Leak Test
Chain Locker(s), Clean and Inspect
Voids (Non-Accessible), Internal Surfaces, Preserve
Tanks (Mp Fuel Service), Clean And Inspect
Tanks (Ballast), Clean and Inspect
Azipod Propulsion System Planned Drydock Maintenance, Support
Propellers, Remove, Inspect, and Reinstall
Box Coolers, Clean, Inspect, and Test
Fathometer Transducer, General Maintenance
Underwater (Speed) Log Transducer(s), Service and Inspect
Sea Valves and Waster Pieces, Overhaul or Renew
Fixed CO2 Cylinders, Weight & Test
Galley APC System, Test, Service, Renew Fuse-Able Link
Galley Fire Suppression System, Service and Inspect
Bow Thruster Unit, Inspect
Bow Thruster Unit AC Motor, Clean and Inspect
Anchor Chain(s) and Ground Tackle, Inspect and Repair
Sewage Vacuum Pumps, Overhaul
Sewage Holding Tank(s), Clean and Inspect
Tanks (Sewage Holding), Preserve "100%"
Hull Plating Freeboard, Preserve - Partial
Superstructure, Preserve "Partial"
Impressed Current Cathodic Protection System, Inspect and Maintain
Impressed Current Cathodic Protection System Anodes, Renew
Impressed Current Cathodic Protection System Reference Cells, Renew
Impressed Current Cathodic Protection System Dielectric Shield, Repair
Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew
Drydock
Temporary Services, Provide (For Azipod Tech Rep)
Temporary Services, Provide - Tender
Temporary Messing and Berthing, Provide
Sea Trial Performance, Support, Provide
Flex Hose Assemblies, Renew
Deck Covering, Renew (electrical matting)
Impressed Current Anti Fouling System, inspect and Maintain
Sewage tank structural repair
Firemain pipe repair
R/O Unit installation
Modular crew head deck repair
Sewage tank vent renew
Weather deck non-skid renewal
During this availability ABB, Inc. (OEM) will be performing maintenance repairs to the CGC MACKINAW's Azipod Propulsion System. Assistance will be required from the shipyard; this will be outline in the drydock specifications.
DRYDOCK REQUIREMENTS: In order to perform the necessary work on the propulsion drive systems the drydock facility will need to be able to meet the following requirements; -Achieve a minimum block height of 2500 mm (98.4 inches/8 feet 2.4 inches). Provide a minimum 12.2meters (40feet) of clearance, free of obstructions, from the stern reference point (SRP) and dock structure of sufficient strength, level and flatness to transit a single 81.6 metric tonnes (90 tons U.S.) Azipod propulsion unit mounted on a portable rail system to accommodate overhead crane access.
GEOGRAPHICAL RESTRICTION: GREAT LAKES AREA ONLY.
Anticipated Period of Performance: The period of performance is anticipated to from 16 July 2019 to 09 Oct 2019 (Subject to change at the discretion of the Government). This solicitation is Subject to Availability of Funds. All responsible sources may submit an offer, which shall be considered by the United States Coast Guard. For information concerning this acquisition contact the Contracting Official listed above.
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: Sandra Martinez/C&P2-IBCT) no later than 23 February 2018 at 10:00AM, 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, HubZone 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 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.