Federal Bid

Last Updated on 21 Sep 2018 at 8 AM
Sources Sought
Omar West virginia

USCG HOLLYHOCK DRY DOCK

Solicitation ID 70Z08518I40019B00
Posted Date 22 Aug 2018 at 6 PM
Archive Date 21 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Omar West virginia United states
SOURCES SOUGHT NOTICE: DRYDOCK REPAIRS FOR
USCGC USCGC HOLLYHOCK (WLB 214)

This is a 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.

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, and Norfolk, VA to identify sources capable of providing the following:

Drydock Repairs: Contractor shall provide all necessary materials, equipment, and personnel to perform drydock repairs to USCGC HOLLYHOCK (WLB 214), homeport is Port Huron, Michigan, U.S. All work to be performed at a Contractor's drydock facility. This availability is subject to change at the discretion of the Government.

Anticipated Period of Performance: The period of performance is anticipated to be for THIRTY (30) calendar days with a start date of 01 October 2018 through 30 October 2018, (subject to change at the discretion of the Government). A firm-fixed price contract is anticipated for award.

Geographical Restriction: None. All work shall be performed at the contractor's facility.

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 the drydock repairs for USCGC USCGC HOLLYHOCK (WLB 214) This work will include, but is not limited to the following WORK ITEMS:

WORK ITEM 1: Controllable Pitch Propeller, System Maintenance

WORK ITEM 2: Controllable Pitch Propeller Hub, Renewal

WORK ITEM 3: Propeller Blade, Removal and Installation

WORK ITEM 4: Drydock

WORK ITEM 5: Sea Trial Performance, Support, Provide

WORK ITEM 6: Temporary Services, Provide - Cutter

WORK ITEM 7: Towing Services, Provide

WORK ITEM 8: Controllable Pitch Propeller Hub, General Maintenance, Perform

 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 September 6, 2018 at 11:00AM, Eastern Standard Time.

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.

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:
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 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 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: 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

Omar West virginia 28 Jan 2015 at 2 PM
Omar West virginia 16 Nov 2017 at 6 PM
Omar West virginia 25 Mar 2013 at 6 PM
Omar West virginia 28 Nov 2017 at 9 PM
Omar West virginia 14 Jun 2011 at 2 PM

Similar Opportunities

Gainesville Florida 17 Jul 2025 at 5 PM
Gainesville Florida 17 Jul 2025 at 5 PM