Anticipated Period of Performance: The period of performance is anticipated to be for NINETY(90) calendar days
with a start date of 04 APRIL 2018 and end date of 03 JUL 2018. (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 Shean.E.Mohammed @uscg.mil or via fax to
(757) 628-4676 (Attn: Shean Mohammed/C&P1-PBPL) no later than January 4TH,2018 at 5:05PM, Eastern Time
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:
Please state which of the following apply to your company:
a. 8(a) Small Business Concern;
b. HubZone Small Business Concern;
c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC);
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
4. Documentation Verifying Small Business Certification:
Please provide the following documentation as it applies to your company:
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 serviceconnected
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 VOSBC 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.
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 (CCR): Interested parties should register in the System for Award Management (SAM) formely known as
Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. The CCR 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
DOCKSIDE REPAIRS FOR CGC BERNARD WEBBER - Federal Business Opportuniti... Page 4 of 5
https://www.fbo.gov/index?s=procurement&mode=form&id=33841ff8049f4b72b76de2ab... 12/7/2017
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.