The RFP Database
New business relationships start here

USCGC DONALD HORSLEY DS FY19


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 TO THE USCGC DONALD HORSLEY (WPC-1117)

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.

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 Forces Logistics Center, Norfolk, VA to identify sources capable of providing the following:

DOCKSIDE Repairs Specification: (Subject to change at the discretion of the Government) Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the USCGC DONALD HORSLEY (WPC-1117), a Fast Response Cutter. The vessel is homeported at CG BASE SAN JUAN, PR. All work will be performed at the vessel's sector homepier located at 5 Calle La Puntilla, San Juan, PR 00901-1800.

SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE repairs of the USCGC OSPREY. This work will include, but is not limited to the following work items:

WORK ITEM 1: HVAC Duct System, Clean

WORK ITEM 2: Bilges, Clean and Partial Preserve

WORK ITEM 3: Forepeak (BOATSWAIN STORAGE, 2-A-0-A), Preserve

WORK ITEM 4: Machinery Ventilation system, Clean

 

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

Forty-Five (45) calendar days with a start date of 09 January 2019 through 23 February 2019 (Subject to change at the discretion of the Government).

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: lenore.d.sevier@uscg.mil or via fax to (757) 628-4628 (Attn: Lenore Sevier/C&P1-PBPL) no later than July 30th, 2018 at 12:00PM, 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:


       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 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 any 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.


LENORE D SEVIER, Phone 7576284945, Email lenore.d.sevier@uscg.mil - Tracey Strawbridge, Contracting Officer, Phone 7576284644, Fax 7576284628, Email Tracey.Strawbridge@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP