Federal Bid

Last Updated on 15 Mar 2016 at 8 AM
Sources Sought
Island Kentucky

FY16 KUKUI DOCKSIDE REPAIRS

Solicitation ID HSCG85-16-S-P30C57
Posted Date 02 Mar 2016 at 7 PM
Archive Date 15 Mar 2016 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 Island Kentucky United states
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, Oakland, CA 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 materials, equipment, facilities, personnel and other such things necessary to perform DOCKSIDE repairs to the U.S. Coast Guard Cutter KUKUI (WLB 203). The vessel is home ported in Honolulu, HI. All work will be performed at the vessel's homeport.

DESCRIPTION OF WORK: The scope of the acquisition is for the dockside repair and maintenance to overhaul, clean and repair of various items aboard the USCGC KUKUI (WLB 203). This work will include, but is not limited to:

Tanks (MP Fuel Service), Clean and Inspect
Tanks (Potable Water), Clean and Inspect
Tanks (Potable Water), Preserve "100%"
Circuit Breakers (60 Hz), Inspect and Test
Vent Ducts (Galley and Pantry Room All), Commercial Cleaning
Sea Valves and Waster Pieces, Overhaul or Renew
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
Hydraulic Chain Stoppers, Inspect And Service
Crossdeck Winches, Inspect and Service
Hydraulic Inhaul Winch, Inspect and Service
Mechanical Chain Stoppers, Inspect and Service
Grey Water Holding Tank(s), Clean and Inspect
Tanks (Grey Water Holding), Preserve "100%"
Sewage Holding Tank(s), Clean and Inspect
Tanks (Sewage Holding), Preserve "100%"
Stack Lighting, Install
Bow Thruster Motor, Clean & Inspect
Single Point Davit, Inspect and Service
Vent Duct Systems, Renew
Deck Covering and Deck Drain (Interior Wet/Dry), Renew
Deck Covering (Interior Wet/Dry), Renew
Temporary Services, Provide - Cutter
Firemain Plugs, Renew
SORS Cargo Hold Deck, Preserve
Hydraulic Steering Cooler
SSDG Isolation Mount, Renew
SSDG, Heat Exchanger, Modify
Bridge Window Frame Repair
Commissary Hoist, Inspect and Service
External QAWTD DC Deck and Above, Replace

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to start on or around August 16, 2016 through October 11, 2016 (Subject to change at the discretion of the Government).

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] no later than 10:00 am Pacific Standard Time on March 14, 2016 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: Please provide the following documentation as it applies to you 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 SDVOSB 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 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 of 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 at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Jul 2013). SAM can be obtained by accessing the internet at https://www.sam.gov/portal/SAM/ 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.

Bid Protests Not Available

Similar Past Bids

Island Kentucky 10 May 2016 at 7 PM
Location Unknown 13 Apr 2018 at 8 PM
Honolulu Hawaii 19 Oct 2010 at 11 PM
Sitka Alaska 24 Nov 2021 at 12 AM
Mobile Alabama 11 Dec 2015 at 3 PM

Similar Opportunities

North charleston South carolina 25 Jul 2025 at 6 PM
Honolulu Hawaii 25 Jul 2025 at 10 PM
Norfolk Virginia 11 Jul 2025 at 5 PM