Federal Bid

Last Updated on 24 Nov 2021 at 12 AM
Sources Sought
Sitka Alaska

Dockside Repairs of CGC KUKUI (WLB 203)

Solicitation ID 70Z08522SSNKUKUIDS
Posted Date 24 Nov 2021 at 12 AM
Archive Date 01 Jan 2022 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Sitka Alaska United states

This requirement is for a vessel that is homeported in Coast Guard District 17 (the State of Alaska). It is anticipated that this requirement will be solicited in accordance with Sec 8220 Alaska Shipyard Provision, SEC. 9210. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.

-              Sec 8220 Alaska Shipyard Provision

SEC. 9210. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.

(a) IN GENERAL.—Notwithstanding any provision of the Small Business Act (15 U.S.C. 631 et seq.) and any regulation or policy implementing such Act, the Commandant may use full and open competitive procedures, as prescribed in section 2304 of title 10, United States Code, to acquire maintenance and repair services for vessels with a homeport in Coast Guard District 17.

(b) APPLICABILITY.—Subsection (a) shall apply only if there are not at least 2 qualified small businesses located in Coast Guard District 17 that are able and available to provide the services described in such subsection.

(c) LIMITATION.—The full and open competitive procedures described in subsection (a) may only be used to acquire such services from a business located in Coast Guard District 17 that is able and available to provide such services.

The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform DOCKSIDE REPAIRS of CGC KUKUI,  a 225 foot seagoing buoy tender, home ported in Sitka, AK.  A firm-fixed price contract is anticipated for award.

The information obtained from this notice is for market research only and will be used to determine 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.

TENTATIVE PERIOD OF PERFORMANCE:  01 March 2022 through 10 May 2022.

Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for both cutters.  Sampling of work to be performed:

               Tanks, Dirty Oil and Waste, Clean and Inspect

               Heat Exchangers, Clean, Inspect And Hydro

               Hull Fittings (Mooring and Towing), Inspect and Test

               Tanks, Potable Water, Preserve, Partial,

               Decks – Exterior (Buoy or Construction Deck), Preserve 100%

               Superstructure, Preserve, Partial

               Temporary Services, Provide - Cutter

               Watertight Door (External), Renew

               Berthing Racks, Lockers, Renew

               Crane Cab Window, Repair

               Firemain Valves, Overhaul or Renew

               Auxiliary Sea Water System Valves, Overhaul Or Renew

               MDE & SSDG Exhaust Stack Insulation, Renew

               Eliminator Transformer, Renew

               MDE Exhaust Mounts Renew

               Watertight Hatch (External DC Deck and Below), Renew

               Fuel Valve (Pneumatic), Overhaul or Renew

               Vent Fans and Motors, Overhaul (Non-Machinery Spaces)

               Hydraulic Steering Cooler, Install

               SSDG, Heat Exchanger, Modify

               VR3/VR6 Voltage Regulator, Replace

               Hydraulic Power Unit Cooler, Replace

               Thruster Quick Disconnects (QDs), Install

               Deck Covering (Interior Wet/Dry), Renew Epoxy Resin

               Tanks, MP Fuel Stowage and Overflow, Clean and Inspect

               Tanks, MP Fuel Service, Clean and Inspect

               Tanks, Hydraulic Oil Stowage and Service, Clean and Inspect

               Tanks, Potable Water, Clean and Inspect

               Hydraulically Operated Cargo Hatch, Inspect and Service

               Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean

               Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean

               Vent Ducts, Engine And Motor Room, All, Commercial Cleaning

               Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning

               Vent Ducts, Laundry Exhaust, Commercial Cleaning

               Vent Ducts, All Other, Commercial Cleaning

               Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift

               Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test

               Hydraulic Inhaul Winch, Inspect And Service

               Mechanical Chain Stoppers, Inspect and Service

               Commissary Hoist, Inspect and Service

               Grey Water Holding Tanks, Clean and Inspect

               Sewage Holding Tanks, Clean and Inspect

               Grey Water Piping, Clean and Flush

               Sewage Piping, Clean and Flush

               Tanks (Grey Water Holding), Preserve “Partial”

               Tanks (Sewage Holding), Preserve “Partial”

               Potable Water Pump Room Deck, Preserve

               Bow Thruster Machinery Room Upper Deck, Preserve

               Compartment Decks, Preserve

               Single Point Davit, Inspect and Service

               Weather Deck Plating, Repair

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.  Attached to this sources sought notice is a questionnaire for this requirement that must be submitted with company’s response to this notice. Companies may respond to this Sources Sought Notice via e-mail to [email protected] and/or [email protected] no later than 2:00 P.M., Pacific Standard Time, on 13 December 2021 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 (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:
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 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: 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; 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 www.betasam.gov website. It is the potential offeror's responsibility to monitor www.betasam.gov 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.

Bid Protests Not Available

Similar Past Bids

Sitka Alaska 13 Oct 2020 at 9 PM
Sitka Alaska 13 Oct 2020 at 9 PM
Sitka Alaska 20 Oct 2020 at 8 PM
Location Unknown 26 Mar 2009 at 11 PM
Location Unknown 20 Aug 2013 at 5 PM

Similar Opportunities

Location Unknown 23 Jul 2025 at 11 PM
Location Unknown 16 Jul 2025 at 2 AM
Location Unknown 01 Nov 2025 at 5 AM