Federal Bid

Last Updated on 19 Apr 2016 at 8 AM
Sources Sought
Location Unknown

JOSHUA APPLEBY FY16 DD - SOURCES SOUGHT

Solicitation ID JOSHUA_APPLEBY_FY16_DD_SS
Posted Date 23 Mar 2016 at 10 PM
Archive Date 19 Apr 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location United states
SOURCES SOUGHT NOTICE
USCGC JOSHUA APPLEBY (WLM-556) DRYDOCK REPAIRS FY16

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.
REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Norfolk, Virginia, to identify sources capable of providing the following:
DRYDOCK REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary materials, equipment, and personnel to perform DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) JOSHUA APPLEBY (WLM-556), is a 175ft Keeper Class Buoy Tender. The vessel is home ported at 600 8th Avenue SE, St. Petersburg, FL 33701. All work will be performed at a commercial contractor's facility for Coast Guard vessels

SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repairs of the USCGC JOSHUA APPLEBY (WLM-556). This work will include, but is not limited to the following work items:

WORK ITEM 1: Hull Plating (U/W Body), Inspect
WORK ITEM 2: Hull Plating (U/W Body), Ultrasonic Testing
WORK ITEM 3: Hull and Structural Plating (General) -10.2-Pound Steel, Renew
WORK ITEM 4: Hull and Structural Plating (General) - 12.75-Pound Steel Plate, Renew
WORK ITEM 5: Hull and Structural Plating (General) - 15.3-Pound Steel Plate, Renew
WORK ITEM 6: Hull And Structural Plating (General) - 20.5-Pound Steel Plate, Renew
WORK ITEM 7: Hull and Structural Plating (General) - 7.5-Pound (3/16") Steel Plate, Renew
WORK ITEM 8: Hull and Structural Plating (General) - 7.65- Pound Steel Plate, Renew
WORK ITEM 9: Hull and Structural Plating (General) - Cracked Steel Welds, Repairs
WORK ITEM 10: Hull and Structural Plating (General) - Degraded Weld (Steel), Repair
WORK ITEM 11: Appendages (U/W), Leak Test
WORK ITEM 12: Appendages (U/W) - Internal, Preserve
WORK ITEM 13: Chain Locker(s), Clean and Inspect
WORK ITEM 14: Voids (Non-Accessible), Leak Test
WORK ITEM 15: Voids (Non-Accessible), Internal Surfaces, Preserve
WORK ITEM 16: Tanks (Potable Water), Clean and Inspect
WORK ITEM 17: Tanks (Ballast), Clean and Inspect
WORK ITEM 18: Voids (Accessible), Clean and Inspect
WORK ITEM 19: Tanks (Dirty Oil and Waste), Clean and Inspect
WORK ITEM 20: Hydraulically Operated Cargo Hatch, Inspect and Service
WORK ITEM 21: Z-Drive Propulsion Units, Renew (Drydock)
WORK ITEM 22: SW Heat Exchangers, Clean, Inspect and Hydro
WORK ITEM 23: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean
WORK ITEM 24: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
WORK ITEM 25: Fathometer Transducer, Renew
WORK ITEM 26: Underwater (Speed) Log Transducer(s), Renew
WORK ITEM 27: Sea Strainers - Duplex (All Sizes), Overhaul
WORK ITEM 28: Sea Bay, Preserve 100%
WORK ITEM 29: Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift
WORK ITEM 30: Mechanical Chain Stoppers, Inspect and Service
WORK ITEM 31: Anchor Chain(s) and Ground Tackle, Inspect and Repair
WORK ITEM 32: Warping Capstan (Aft), Inspect and Service
WORK ITEM 33: Grey Water Holding Tank(s), Clean and Inspect
WORK ITEM 34: Sewage Holding Tank(s), Clean and Inspect
WORK ITEM 35: Sewage Piping, Clean And Flush
WORK ITEM 36: Accessible Void(s), Preserve "100%"
WORK ITEM 37: Tanks (Ballast), Preserve "100%"
WORK ITEM 38: Tanks (Ballast), Preserve "Partial"
WORK ITEM 39: Chain Locker, Preserve 100%
WORK ITEM 40: Chain Lockers, Preserve - Partial
WORK ITEM 41: Tanks (Dirty Oil and Waste), Preserve "100%"
WORK ITEM 42: Tanks (Dirty Oil and Waste), Preserve "Partial"
WORK ITEM 43: Tanks (Grey Water Holding), Preserve "100%"
WORK ITEM 44: Tanks (Grey Water Holding), Preserve "Partial"
WORK ITEM 45: Tanks (Sewage Holding), Preserve "100%"
WORK ITEM 46: Tanks (Sewage Holding), Preserve "Partial"
WORK ITEM 47: Accessible Void(s), Preserve "Partial"
WORK ITEM 48: Tanks (Potable Water), Preserve "100%"
WORK ITEM 49: Tanks (Potable Water), Preserve "Partial"
WORK ITEM 50: U/W Body, Preserve (100%)
WORK ITEM 51: Cathodic Protection / Zinc Anodes, Renew
WORK ITEM 52: Drydock
WORK ITEM 53: Temporary Services, Provide - Cutter
WORK ITEM 54: Sea Trial Performance, Support, Provide
WORK ITEM 55: HVAC Systems, Modify
WORK ITEM 56: Power Assisted Griping System, Remove
WORK ITEM 57: Buoy Crane Main Winch, CT Function, Remove
WORK ITEM 58: Z-Drive Propulsion Units, Overhaul
WORK ITEM 59: Hull Plating Freeboard, Preserve "100%"
WORK ITEM 60: Deck Covering (Interior Wet/Dry), Renew
WORK ITEM 61: Weathertight Doors, Renew
WORK ITEM 62: QAWTDs & Scuttles, Renew
WORK ITEM 63: Port Anchor Pocket, Inspect
WORK ITEM 64: Steel behind Windows, Inspect
WORK ITEM 65: Pilothouse Exterior Footrails and Handrails, Renew
WORK ITEM 66: Pump Room Bulkhead Preservation
WORK ITEM 67: Bilges - Engine Room, Preserve (100%)
WORK ITEM 68: Vent Duct Systems, Renew
WORK ITEM 69: Bilges - Bow Thruster Room, Preserve (100%)
WORK ITEM 70: Bilges - Machine Shop and Potable Water Equipment Room, Preserve (100%)
WORK ITEM 71: Interior Deck Drain, Repair
WORK ITEM 72: Seawater Piping, Renewal
WORK ITEM 73 Tanks (Lube Oil), Clean and Inspect

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 for SEVENTY (70) calendar days with a start date of 26 September 2016 and end date of 05 December 2016. (Subject to change at the discretion of the Government).
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] no later than 10:00 am Eastern Standard Time on 4 April 2016, 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.
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 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 VOSBC 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.
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 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.
f. If claiming Woman Owned Small Business 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.
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 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 52.204-99(August 2012) (Deviation). SAM can be obtained by accessing the internet at www.csam.gov 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 Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps 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.

Primary Point of Contact:
Crystal G. Elliott
Contract Specialist
[email protected]
Phone: 7572708684

Contracting Office Address:
300 East Main Street
Suite 600
Norfolk, VA 23510
United States

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 12 May 2016 at 8 PM
Location Unknown 06 Jul 2016 at 5 PM
Alameda California 25 Jun 2025 at 3 PM
Location Unknown 05 Jan 2004 at 5 AM
Location Unknown 01 May 2013 at 10 PM

Similar Opportunities

Boulder city Nevada 16 Jul 2025 at 12 AM
Boulder city Nevada 16 Jul 2025 at 12 AM
Denver Colorado 11 Jul 2025 at 9 PM
Gwinn Michigan 21 Jul 2025 at 4 PM
Gainesville Florida 17 Jul 2025 at 5 PM