SOURCES SOUGHT NOTICE
USCGC VENTUROUS (WMEC-625)
DOCKSIDE REPAIRS FY19
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, 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 U.S. Coast Guard Cutter (USCGC) VENTUROUS (WMEC-625), a 210 Foot Medium Endurance Cutter. The vessel is home ported in St. Petersburg, Florida. All work will be performed at the contractor facility. There is no geographical restriction for this cutter.
SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE Repairs of the USCGC VENTUROUS (WMEC-625). This work will include, but is not limited to the following Work Items:
WORK ITEM 1: Tanks (Aviation Fuel Service), Clean and Inspect
WORK ITEM 2: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect
WORK ITEM 3: Chain Locker(s), Clean and Inspect
WORK ITEM 4: Tanks (Mp Fuel Stowage And Overflow), Clean And Inspect
WORK ITEM 5: Tanks (Mp Fuel Service), Clean And Inspect
WPORK ITEM 6: Tanks (Potable Water), Clean and Inspect
WORK ITEM 7: Tanks (Lube Oil), Clean and Inspect
WORK ITEM 8: Tanks (Dirty Oil and Waste), Clean and Inspect
WORK ITEM 9: Propulsion Shafting, Strain Gage Alignment Inspections
WORK ITEM 10: Vent Ducts (Engine And Motor Room All), Commercial Cleaning
WORK ITEM 11: Vent Ducts (Galley and Pantry Room All), Commercial Cleaning
WORK ITEM 12: Vent Ducts (Laundry Exhaust), Commercial Cleaning
WORK ITEM 13: Vent Ducts (All Other), Commercial Cleaning
WORK ITEM 14: Anchor Chain(s) and Ground Tackle, Inspect and Repair
WORK ITEM 15: Anchor Windlass, Overhaul
WORK ITEM 16: Warping Capstan, Overhaul
WORK ITEM 17: Ammunition Elevator, Service and Inspect
WORK ITEM 18: Emergency Diesel Generator (EDG) Fuel Oil Tank, Replace (TCTO TB2010)
WORK ITEM 19: Relocate Emergency Diesel Generator (EDG) Sea Strainer and Associated Piping
WORK ITEM 20: Fire Hose Stations, Modify (TCTO TM2040)
WORK ITEM 21: Towing Bitts, Chocks, and Fairleads; Inspect and Test
WORK ITEM 22: Mortar Deck Repairs (NCWR 20170022)
WORK ITEM 23: Lube Oil Deck Riser, Renew (NCWR 20170022)
WORK ITEM 24: Tanks (MP Fuel Stowage And Overflow), Repair (NCWR 20170025)
WORK ITEM 25: Starboard Bulwark, Renew (NCWR 20170036)
WORK ITEM 26: Fuel Tank Sounding Tube, Renew (NCWR 20170037)
WORK ITEM 27: Engine Room Vestibule Deck Plating, Renew (NCWR 20170055)
WORK ITEM 28: Watertight Hatch (External), Renew (NCWR 20170058)
WORK ITEM 29: Weather Deck Drains, Renew (NCWR 20180011)
WORK ITEM 30: Weatherdeck Miscellaneous Repairs (NCWR 20180012)
WORK ITEM 31: Brackets and Handrails, Renew (NCWR 20180012)
WORK ITEM 32: Sewage Vent Piping, Renew (NCWR 20180023)
WORK ITEM 33: 03 Deck (Bridge Wings), Repair (NCWR 20180052)
WORK ITEM 34: Single Point Davit, Renew
WORK ITEM 35: CHAIN LOCKER, Preserve - Partial (Optional)
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 fifty-seven (57) calendar days with a start date of 10 Jul 2019 and an end date of 04 Sep 2019. (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 Mable Lee at [email protected] or via fax to (757) 628-4562 (Attn: Mable Lee/C&P1-MEC) no later than 11:00 AM on 26 Mar 2019, Eastern Standard Time (EST) 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 (SDVOSB); d. Veteran Owned Small Business Concern (VOSB); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSB); g. Small Business Concern; h. Large 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 SDVOSB status, provide documentation that shows the Service Disabled 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 (WOSB) 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 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.