The RFP Database
New business relationships start here

DRYDOCK OF USCGC ADELIE


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

12/14/2017

SOURCES SOUGHT NOTICE
DRYDOCK REPAIRS FOR USCGC ADELIE (WPB-87333)

This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or Quotation. 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 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.
(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:


Drydock Repairs: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to USCGC ADELIE (WPB-87333), homeport is Port Angeles, WA. All work to be performed at a Contractor's drydock facility. This availability is subject to change at the discretion of the Government.


Anticipated Period of Performance: The period of performance is anticipated to be for sixty (60) calendar days with a start date of 24 July through 21 September 2018, (subject to change at the discretion of the Government).


Geographical Restriction: USCGC ADELIE's transit is restricted to the Strait of Juan de Fuca and Puget Sound, WA.


NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.


Scope of Work: The scope of the acquisition is for drydock repairs for USCGC ADELIE (87333). This work will include, but is not limited to the following WORK ITEMS (subject to change at the discretion of the Government):


WORK ITEM 1: Hull Plating (Side Scan), Ultrasonic Testing
WORK ITEM 2: Ultrasonic Thickness Measurements, Perform
WORK ITEM 3: Tank, Dirty Oil, Clean and Inspect
WORK ITEM 4: Tank, Oily Water, Clean and Inspect
WORK ITEM 5: Tanks (MP Fuel Service), Clean and Inspect
WORK ITEM 6: Weatherdeck, Preserve
WORK ITEM 7: Capastic Fairing, Depth Sounder, Renew
WORK ITEM 8: Mast, Preserve 100%
WORK ITEM 9: Main Engine/Reduction Gear, Realign
WORK ITEM 10: Intermediate Water-Lubricated Propulsion Shaft Bearings, Renew
WORK ITEM 11: Aft Water-Lubricated Propulsion Shaft Bearings, Renew
WORK ITEM 12: Intermediate Bearing Carrier, Renew
WORK ITEM 13: Aft Bearing Carrier, Renew
WORK ITEM 14: Propulsion Shafts, Renew
WORK ITEM 15: Propellers, Renew
WORK ITEM 16: Speed Log, Skin Valve, Renew
WORK ITEM 17: Sea Water System, Perform Maintenance
WORK ITEM 18: Rudder Assemblies, Renew
WORK ITEM 19: Stern Launch Door, Remove, Inspect and Reinstall
WORK ITEM 20: Grey Water Holding Tank, Clean and Inspect
WORK ITEM 21: Sewage Holding Tank, Clean and Inspect
WORK ITEM 22: Grey Water Piping, Clean and Flush
WORK ITEM 23: Sewage Piping, Clean and Flush
WORK ITEM 24: U/W Body, Preserve 100%
WORK ITEM 25: Stern Tube Interior Surfaces, Preserve 100%
WORK ITEM 26: Hull Plating Freeboard, Preserve 100%
WORK ITEM 27: Superstructure, Preserve 100%
WORK ITEM 28: Cathodic Protection/Zinc Anodes, Renew
WORK ITEM 29: Drydock
WORK ITEM 30: Temporary Services, Provide - Cutter
WORK ITEM 31: Sea Trial Performance, Support, Provide
WORK ITEM 32: Bilge Surfaces, Engine Room, Preserve "Partial"
WORK ITEM 33: Longitudinal Framing, Oily Water Tank, Renew
WORK ITEM 34: Main Mast, Modify
WORK ITEM 35: Motor Controller, Install
WORK ITEM 36: Fathometer Transducer, Renew
WORK ITEM 37: Oily Water Separator, Remove
WORK ITEM 38: Sewage System (Toilet), Modify


Companies may respond to this Sources Sought Notice via e-mail to: Nancy.M.Brinkman@uscg.mil no later than 9 January at 10:00 EST time.


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.


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:
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 Small Business status, provide documentation to show the business is small under NAICS code 336611.


5. Statement for 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: Need to be 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.


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 may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.


Nancy M Brinkman, Contracting Officer, Phone 757-628-4579, Email Nancy.M.Brinkman@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP