The RFP Database
New business relationships start here

DOCKSIDE REPAIRS FOR USCGC NEAH BAY (WTGB-105)


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE: DOCKSIDE REPAIRS FOR USCGC NEAH BAY (WTGB-105)


DESCRIPTION: This is a sources sought notice only; this is not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purposes of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exist, (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 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be base on the results of 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 (SFLC), Oakland, CA - Ice Breaker Buoy and Construction Tender - Product Line (IBCT-PL) to identify sources capable of providing Dockside Repairs for U.S. Coast Guard Cutter USCGC NEAH BAY (WTGB-105).

The applicable NAICS code is 336611 SHIP BUILDING AND REPAIRING with a Size Standard of 1,250 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. All Small Businesses may submit offers, which shall be considered by the United States Coast Guard.

DOCKSIDE REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel for Dockside Repairs to the USCGC NEAH BAY (WTGB-105). All work shall be performed at the cutters home-port. USCGC NEAH BAY's home-port is located in Cleveland Ohio.

GEOGRAPHICAL RESTRICTION MAY OR MAY NOT BE RESTRICTED.

SCOPE OF WORK: The scope of the acquisition is for the Dockside repairs to USCGC NEAH BAY (WTGB-105).


This work will include, but is not limited to the following work items:
WORK ITEM 1: Tanks (Potable Water), Clean and Inspect
WORK ITEM 2: Main Diesel Engine (MDE) Exhaust Piping, Commercial Clean
WORK ITEM 3: Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
WORK ITEM 4: Boiler Exhaust Stack Uptakes, Commercial Clean
WORK ITEM 5: Bubbler Diesel Engine Exhaust Piping, Commercial Clean
WORK ITEM 6: Vent Ducts (Engine And Motor Room All), Commercial Cleaning
WORK ITEM 7: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning
WORK ITEM 8: Vent Ducts (Laundry Exhaust), Commercial Cleaning
WORK ITEM 9: Vent Ducts (All Other), Commercial Cleaning
WORK ITEM 10: Compressed Air Receivers and System Valves (All), Clean, Inspect,Hydro and Lift
WORK ITEM 11: Anchor Windlass, Inspect and Service
WORK ITEM 12: Vertical Capstan, Inspect and Service
WORK ITEM 13: Sewage Holding Tank(s), Clean and Inspect
WORK ITEM 14: Grey Water Piping, Clean and Flush
WORK ITEM 15: Sewage Piping, Clean And Flush
WORK ITEM 16: Tanks (Sewage Vacuum Collection), Preserve "Partial"
WORK ITEM 17: Tanks (Potable Water), Preserve "Partial"
WORK ITEM 18: Tanks (Sewage Holding), Preserve "100%"
WORK ITEM 19: Tanks (Sewage Holding), Preserve "Partial"
WORK ITEM 20: Tanks (Potable Water), Preserve "100%"


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 required performance period includes a start date on or about 05 June 2018 and end date on or about 10 July 2018.

SUBMISSION OF INFORMATION: Interested 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 Micha.A.Wisniewski@uscg.mil no later than 11:00 am on 04 December 2017, Eastern Standard Time with the following information/documentation:
• Name of Company
• Address
• Phone Number
• Email Address
• Point of Contact
• DUNS Number
• SAMS Expiration Date
• Business Size applicable to the NAICS Code: 336611 SHIP BUILDING AND REPAIRING
a) 8(a) Small Business Concern;
b) HubZone Small Business Concern;
c) Service-Disabled Veteran Owned Small Business Concern (SDVOSB);
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


• 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 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 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 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.


STATEMENT OF QUOTE SUBMISSION: Statement on how your company will do the work and that your company WILL submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

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.

SYSTEM FOR AWARD MANAGEMENT (SAM): Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing 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 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.


Micha Wisniewski, Phone 410-762-6651, Email Micha.A.Wisniewski@uscg.mil - Travis Spires, Email Travis.A.Spires@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP