The RFP Database
New business relationships start here

MARKET RESEARCH: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Dockside (DS) repairs of the Various United States Coast Guard (USCG) Long Range Enforcer Product Line (LREPL) Cutters at Cutters Home Port


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

The U.S. Coast Guard, Surface Forces Logistics Center (CPD-C&P2) is performing market research to determine if there are qualified sources who can perform DS Repairs to directly support the operation and maintenance of the various LREPL Cutters - USCG 418' Maritime Security Cutter Large (WMSL) Legend Class, USCG 378' High Endurance Cutter (WHEC) Legacy Class, and USCG 282' Medium Endurance Cutter (WMEC) Edenton Class of Coast Guard Cutters. The current Coast Guard fleet consists of six 418' WMSL cutters, five 378' WHEC cutters, and one 282' cutter. It is expected that an additional 418' WMSL cutter will be delivered every two years to the total of 9 cutters. The parts and services that will be purchased will support dockside availabilities for LREPL assets, to include system testing, maintenance, and overhaul. The supplies and services in this requirement are integral to maintain 418' WMSL cutters, 378' WHEC cutters, and the 282' WMEC cutter. The 418' WMSL, 378' WHEC, and 282' WMEC are dependent upon sources of maintenance and repair parts that are reliable and perform within the close tolerances to which they were designed.

Qualified sources will be held to International Organization for Standardization (ISO), ISO 9001:2008 standards throughout the life of this contract. The standard warranty for the diesel engine, parts/components from the OEM will apply. The USCG will maintain the right to inspect the facilities and the quality of work performed through the use of a USCG Quality Assurance Representative (QAR). As authorized by the Contracting Officer (KO), the Contracting Officer's Representative (COR) will make arrangements with prospective contractors for periodic visits to the contractor's plant to: (1) evaluate the contractor's performance; (2) evaluate changes affecting personnel, the schedule, and deliverables; and (3) inspect and monitor the use of government property.

GEOGRAPHICAL RESTRICTION: None

Work may include, but is not limited to the following:
WMSL (418) SPECIFICATION FOR DOCKSIDE REPAIRS located in Alameda CA, Charleston SC, and Honolulu HI:
WORK ITEM 1: Tanks (Aviation Fuel Service), Clean and Inspect
WORK ITEM 2: Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect
WORK ITEM 3: Tanks (MP Fuel Service), Clean and Inspect
WORK ITEM 4: Galley Grease Fire Extinguishing System, Inspect And Test WORK ITEM 5: Gas Turbine Module Fixed CO2 Fire Extinguishing System, Inspect and Test
WORK ITEM 6: Heptafluoropropane (HFP) Fire Extinguishing System, Inspect and Test
WORK ITEM 7: Water Mist Fire Extinguishing System, Inspect and Test
WORK ITEM 8: Tanks (Water Mist), Preserve "Partial"-Optional
WORK ITEM 9: Tanks (Water Mist), Preserve "100%"-Optional
WORK ITEM 10: Deck Covering (Slip-Resistant), Renew
WORK ITEM 11: Flex Hose Assemblies, Renew-Optional
WORK ITEM 12: QAATDR/QAWTDR, Replace (NSC3&F)-1st Priority
WORK ITEM 13: QAWTDR, Modify
WORK ITEM 14: Mast Lower Yardarm Covers Coating, Repair
WORK ITEM 15: Temporary Services, Dockside


WHEC (378) SPECIFICATION FOR DOCKSIDE REPAIRS located in Seattle WA and
Honolulu HI:
WORK ITEM 1: Deck Drain Repairs
WORK ITEM 2: Vacuum Sewage Piping, Renew
WORK ITEM 3: Plumbing Drain Vent Piping, Renew
WORK ITEM 4: Sewage Holding Tanks, Clean and Inspect
WORK ITEM 5: Laundry Steam Piping Renewal and Equipment Installation
WORK ITEM 6: Tanks (MP Fuel Stowage and Overflow), Clean and Inspect
WORK ITEM 7: Tanks (Potable Water), Clean and Inspect
WORK ITEM 8: Tank Manhole Ring(s), Renew
WORK ITEM 9: Potable Water System Relief Valve, Overhaul or Renew
WORK ITEM 10: Thruster Unit Hydraulic Accumulators, Inspect And Test
WORK ITEM 11: Sounding Tube Repairs
WORK ITEM 12: Vent Ducting Renewal Engine Room
WORK ITEM 13: Potable Water Pneumatic Tank(s), Clean and Inspect
WORK ITEM 14: Sewage Piping, Clean and Flush
WORK ITEM 15: Sewage Ejector Pump Renewal
WORK ITEM 16: Fantail Taff Rail Repair
WORK ITEM 17: Tanks (Dirty Oil and Waste), Clean and Inspect
WORK ITEM 18: Sewage Vacuum Collection Tanks and Seal Water tanks, Clean and Inspect
WORK ITEM 19: Tanks (Sewage Holding and Vacuum Collection), Preserve "100%"
WORK ITEM 20: Temporary Services, Dockside


WMEC (282) SPECIFICATION FOR DOCKSIDE REPAIRS located in Kodiak AK:
WORK ITEM 1: Temporary Services, Dockside
WORK ITEM 2: Grey Water Holding Tank(s), Clean and Inspect
WORK ITEM 3: Sewage Holding Tanks, Clean and Inspect
WORK ITEM 4: Tanks (Grey Water Holding), Preserve "Partial" OPTIONAL
WORK ITEM 5: Tanks (Grey Water Holding), Preserve "100%" OPTIONAL
WORK ITEM 6: Tanks (Sewage Holding), Preserve "Partial" OPTIONAL
WORK ITEM 7: Tanks (Sewage Holding), Preserve "100%" OPTIONAL
WORK ITEM 8: Grey Water Transfer Pumps, Overhaul
WORK ITEM 9: Circuit Breakers (60 Hz), Inspect and Test
WORK ITEM 10: Circuit Breakers (400 Hz), Inspect and Test
WORK ITEM 11: Vent Duct Renewal; Various Compartments
WORK ITEM 12: Vane Axial Fan Overhaul
WORK ITEM 13: Boiler Exhaust Stacks, Clean and Inspect
WORK ITEM 14: SSDG Exhaust Stacks Commercial Clean
WORK ITEM 15: Boiler Exhaust Pipe, Renew Section, OPTIONAL
WORK ITEM 16: Welin-Lambie Davit Installation
WORK ITEM 17: Tanks (MP Fuel Stowage and Overflow), Clean
WORK ITEM 18: Fuel Tank Man Hole Ring Support Coaming, Renew


The planned, base period of performance will be on or about May 01, 2018 - April 30, 2019 with four option years. The Government intends to award five, multiple-award IDIQ, firm, fixed-priced contracts for each of the following regions - Alameda, California; Seattle, Washington; Charleston, South Carolina; Honolulu, Hawaii; and Kodiak, Alaska.

The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees.

Interested parties having capabilities necessary to meet or exceed the above mentioned work items are invited to provide information to contribute to this sources sought notice including commercial market information and company information. The following information must be submitted:


• Name of Company
• Address
• Phone Number
• Email Address
• Point of Contact
• DUNS Number
• Intention of subcontracting
•Intention of which location you would most likely be submitting proposals for. You may state that you will be submitting proposals for all five locations if your company is capable of providing dockside services for all five locations.


Business Size applicable to the NAICS Code: 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.


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.


Please note that for these dockside requirements, some references listed in the applicable Specifications, are subject to Export Control limitations or have otherwise restricted distribution, and have been deemed "limited access" and "export controlled" packages.  In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG.


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.


Firms responding to this notice no later than 1:00 p.m. Pacific time, Aug 24, 2017 will be considered. Send responses relating to this notice electronically to Wilma Estrada at Wilma.L.Estrada@uscg.mil. Responses should include the sources sought number.

Firms are encouraged to submit any questions as soon as possible. These are due no later than 1:00 p.m. Pacific time, August 18, 2017. Responses to questions will be posted via amendment to this notice.


Wilma L. Estrada, Contracting Officer, Phone 510.637.5981, Fax (510) 637-5970, Email Wilma.L.Estrada@uscg.mil - Ryan R. DelaCruz, Contracting Officer/Section Chief, Phone (510)637-5906, Email Ryan.R.DelaCruz@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP