Federal Bid

Last Updated on 16 May 2019 at 8 AM
Sources Sought
Location Unknown

Petrel FY19 Dockside Repairs

Solicitation ID 70Z080-19-PETREL_SOURCES_SOUGHT
Posted Date 15 Apr 2019 at 9 PM
Archive Date 16 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location United states

SOURCES SOUGHT NOTICE
DOCKSIDE REPAIRS FOR USCGC PETREL (WPB-87)

This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or Quotation. 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.

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.
(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:

DOCKSIDE REPAIRS: Contractor shall provide all necessary materials, equipment, and personnel to perform dockside repairs to USCGC PETREL (WPB-87). All work is to be performed at the vessel's homeport in San Diego, California. This availability is subject to change at the discretion of the Government.

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be 28 Aug 2019 through 27 September 2019, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award.

NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.

SCOPE OF WORK: The scope of the acquisition is for dockside repairs for USCGC PETREL (WPB-87). This work will include, but is not limited to the following WORK ITEMS (subject to change at the discretion of the Government):

WORK ITEM 1: Electrical Power Distribution System, Thermographic Inspection
WORK ITEM 2: Ventilation System, Engine Room Supply and Exhaust Fan Assemblies, Clean and Inspect
WORK ITEM 3: Sewage System (Toilet), Modify
WORK ITEM 4: Watertight Enclosures, Conditions, Assess
WORK ITEM 5: Critical Coated Surfaces, Preserve
WORK ITEM 6: Anti-Fatigue Matting, Pilothouse, Renew
WORK ITEM 7: Quick-Acting Watertight Closure, Repair
WORK ITEM 8: Drain Piping, Galley, Clean and Flush
WORK ITEM 9: Windows, Pilothouse, Renew
WORK ITEM 10: HVAC Air Intake Box, Renew

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 email to: [email protected] no later than 1 May 2019 at 11:00 AM EST.

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, Hub Zone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small 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 Hub Zone status, provide a copy of your Hub Zone 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 Small Business status, provide documentation to show the business is small under NAICS code 336611.

5. Statement for Proposal Submission: 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. Brief statement on how your company will perform the work and confirmation 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. Team Arrangements: Should you wish to use any type of contractor teaming arrangement, specifically a partnership or joint venture, you must provide a signed copy of the teaming arrangement.

7. Past Performance Information: Evidence of successful performance in work similar in type and scope within the last two years; include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers.

For joint ventures, 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: Need to be registered 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.

Bid Protests Not Available

Similar Past Bids

Home Pennsylvania 03 Jan 2012 at 11 PM
Sylvester West virginia 13 May 2019 at 4 PM
San diego California 10 Jul 2020 at 12 PM
San diego California 23 Jul 2020 at 11 AM
San diego California 13 Aug 2020 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