(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:
Contractor shall provide all necessary, materials, tools, equipment, and personnel to make dockside repairs to the USCGC HOLLYHOCK. Performance shall be conducted at the USCGC HOLLYHCOCK's home port, 2700 Omar Street, Port Huron, MI.
SCOPE OF WORK: The scope of the acquisition is for the dockside repairs of the USCGC HOLLYHOCK. This work will include, but is not limited to the following work items:
Main Diesel Engine (MDE) Exhaust Stack Uptakes, Commercial Clean
Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
Circuit Breakers (60 Hz), Inspect and Test
Vent Ducts (Engine and Motor Room All), Commercial Cleaning
Vent Ducts (Galley and Pantry Room All), Commercial Cleaning
Vent Ducts (Laundry Exhaust), Commercial Cleaning
Potable Water Pneumatic Tank(s), Clean and Inspect
Compressed Air Receivers and System Valves (All), Clean, Inspect, Hydro and Lift
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
Hydraulic Chain Stoppers, Inspect and Service - Tier II
Crossdeck Winches, Inspect and Service
Anchor Windlass, Overhaul (Level 2)
Warping Capstan, Level 2 Inspect and Repair
Hull Fittings (Mooring and Towing), Inspect and Test
Single Point Davit - Slewing Arm, Level 2 Inspect and Repair
Buoy and Cargo Handling Crane Wire Rope, Renew
Buoy Crane, Inspect and Service - Tier II
Hydranlic Steering Coller, Install
Main Diesel Engine, Mount Upgrade
Stack and Uptake Space, Install Safety Components
Boat Boom, Level 2 Inspect and Repair
Crane Cab Weathertight Door Renew
Hatch (Interior) Renew
Hatch (Interior) Relocate
Exhaust Systems and Fan Mounts, Renew
Tanks (Potable Water), Renew Sounding Tube Flange and Preserve "100%"
Sewage Tank and Piping, Repair
Stack lighting, Install
WTD's Renew
Bulkhead (Bow and Stern Thrusters), Preserve
Composite Labor Rate
GFP Report
Travel and Perdiem
Anticipated Period of Performance: The period of performance is anticipated to be for FIFTY-SEVEN (57) calendar days with a start date of 04 August 2015 through 29 September 2015 (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 1,000 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: [email protected] or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 11 February 2015 at 10:00AM, 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. 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 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.