Federal Bid

Last Updated on 28 Aug 2021 at 12 AM
Sources Sought
Alameda California

USCGC GEORGE COBB (WLM-564) DOCKSIDE REPAIRS

Solicitation ID 70Z085-22-R-P4503100
Posted Date 28 Aug 2021 at 12 AM
Archive Date 25 Sep 2021 at 4 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 Alameda California United states 94501

SOURCES SOUGHT NOTICE

DOCKSIDE REPAIRS TO USCGC GEORGE COBB (WLM-564)

70Z085-22-R-P4503100 CGC GEORGE COBB

 

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 companies 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; Alameda, CA to identify sources capable of providing all necessary materials, equipment, and personnel to perform dockside repairs onboard USCGC GEORGE COBB (WLM -564) homeported at 1001 South Seaside Avenue, San Pedro, CA 90731.  This availability is subject to change at the discretion of the Government. PLEASE SEE WORK ITEMS BELOW AND ATTACHED SPECIFICATONS

 

Anticipated Period of Performance:  The anticipated period of performance is forty-two (42) calendar days beginning February 14, 2022 through March 28, 2022 (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 1,250 employees.

Scope of Work: The scope of the acquisition is for dockside repairs to USCGC GE0RGE COBB  (WLM-564).   This work will include, but is not limited to the following work items, also subject to change at the discretion of the Government:

WORK ITEM 1: Tanks, Hydraulic Oil Stowage and Service, Clean and Inspect

WORK ITEM 2: Tanks, Potable Water, Clean and Inspect

WORK ITEM 3: Voids, Accessible, Clean and Inspect

WORK ITEM 4: Hydraulically Operated Cargo Hatch, Inspect and Service

WORK ITEM 5: Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean

WORK ITEM 6: Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean

WORK ITEM 7: Vent Ducts, Engine and Motor Room, All, Commercial Cleaning 

WORK ITEM 8: Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning

WORK ITEM 9: Vent Ducts, Laundry Exhaust, Commercial Cleaning

WORK ITEM 10:Vent Ducts, All Other, Commercial Cleaning

WORK ITEM 11: Potable Water Pneumatic Tanks, Clean and Inspect

WORK ITEM 12:  Hot Water Accumulator Tanks, Clean and Inspect

WORK ITEM 13: Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift

WORK ITEM 14: Buoy Crane and Deck Machinery Hydraulic System, Flush

WORK ITEM 15: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test

WORK ITEM 16: Hydraulic Chain Stoppers, Inspect and Service

WORK ITEM 17: Hydraulic Crossdeck Winches, Inspect and Service

WORK ITEM 18: Hydraulic Inhaul Winch, Inspect and Service

WORK ITEM 19: Mechanical Chain Stoppers, Inspect and Service

WORK ITEM 20: Hull Fittings (Mooring and Towing), Inspect and Test

WORK ITEM 21: Warping Capstan (Aft), Inspect and Service

WORK ITEM 22: Single Point Davit, Disassemble and Inspect

WORK ITEM 23: Buoy Crane, Inspect and Service

WORK ITEM 24: Grey Water Holding Tanks, Clean and Inspect

WORK ITEM 25: Grey Water Piping, Clean and Flush

WORK ITEM 26: Tanks (Grey Water Holding), Preserve “Partial”

WORK ITEM 27: Crane Winch DCV, Replace

WORK ITEM 28: Point of Use Potable Water Filters, Install

WORK ITEM 29: Deck Covering, Interior, Wet and Dry, Renew

WORK ITEM 30: Exterior Vent, Renew

WORK ITEM 31: Goose Neck Vent, Renew

WORK ITEM 32: Watertight Doors (External), Renew

 

Interested Companies may respond to this Sources Sought Notice via e-mail to:

Mable Lee at [email protected] AND Torben Ohlsson at [email protected] no later than 11:00 a.m. EST on September 10, 2021.

 

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.

  1. Provide the following information/documentation:
  1. Company Name, 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

 

  1. Provide Documentation Verifying Small Business Certification:
  1. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
  2. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
  3. If claiming SDVOSB status, provide documentation that shows the Service Disabled 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.
  4. d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, makes 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.
  5. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 336611.

  1. Provide Statement for 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.

  1. Provide Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, 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 register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33.  SAM can be obtained by accessing the internet at https://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 appropriate 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/solicitation or combined synopsis solicitation may be published at https://Beta.Sam.Gov; formerly Federal Business Opportunities (FBO.gov) website. It is the potential offeror's responsibility to monitor Beta.Sam.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

SOURCES SOUGHT NOTICE

DOCKSIDE REPAIRS TO USCGC GEORGE COBB (WLM-564)

70Z085-22-R-P4503100 CGC GEORGE COBB

 

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 companies 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; Alameda, CA to identify sources capable of providing all necessary materials, equipment, and personnel to perform dockside repairs onboard USCGC GEORGE COBB (WLM -564) homeported at 1001 South Seaside Avenue, San Pedro, CA 90731.  This availability is subject to change at the discretion of the Government. PLEASE SEE WORK ITEMS BELOW AND ATTACHED SPECIFICATONS

 

Anticipated Period of Performance:  The anticipated period of performance is forty-two (42) calendar days beginning February 14, 2022 through March 28, 2022 (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 1,250 employees.

Scope of Work: The scope of the acquisition is for dockside repairs to USCGC GE0RGE COBB  (WLM-564).   This work will include, but is not limited to the following work items, also subject to change at the discretion of the Government:

WORK ITEM 1: Tanks, Hydraulic Oil Stowage and Service, Clean and Inspect

WORK ITEM 2: Tanks, Potable Water, Clean and Inspect

WORK ITEM 3: Voids, Accessible, Clean and Inspect

WORK ITEM 4: Hydraulically Operated Cargo Hatch, Inspect and Service

WORK ITEM 5: Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean

WORK ITEM 6: Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean

WORK ITEM 7: Vent Ducts, Engine and Motor Room, All, Commercial Cleaning 

WORK ITEM 8: Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning

WORK ITEM 9: Vent Ducts, Laundry Exhaust, Commercial Cleaning

WORK ITEM 10:Vent Ducts, All Other, Commercial Cleaning

WORK ITEM 11: Potable Water Pneumatic Tanks, Clean and Inspect

WORK ITEM 12:  Hot Water Accumulator Tanks, Clean and Inspect

WORK ITEM 13: Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift

WORK ITEM 14: Buoy Crane and Deck Machinery Hydraulic System, Flush

WORK ITEM 15: Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test

WORK ITEM 16: Hydraulic Chain Stoppers, Inspect and Service

WORK ITEM 17: Hydraulic Crossdeck Winches, Inspect and Service

WORK ITEM 18: Hydraulic Inhaul Winch, Inspect and Service

WORK ITEM 19: Mechanical Chain Stoppers, Inspect and Service

WORK ITEM 20: Hull Fittings (Mooring and Towing), Inspect and Test

WORK ITEM 21: Warping Capstan (Aft), Inspect and Service

WORK ITEM 22: Single Point Davit, Disassemble and Inspect

WORK ITEM 23: Buoy Crane, Inspect and Service

WORK ITEM 24: Grey Water Holding Tanks, Clean and Inspect

WORK ITEM 25: Grey Water Piping, Clean and Flush

WORK ITEM 26: Tanks (Grey Water Holding), Preserve “Partial”

WORK ITEM 27: Crane Winch DCV, Replace

WORK ITEM 28: Point of Use Potable Water Filters, Install

WORK ITEM 29: Deck Covering, Interior, Wet and Dry, Renew

WORK ITEM 30: Exterior Vent, Renew

WORK ITEM 31: Goose Neck Vent, Renew

WORK ITEM 32: Watertight Doors (External), Renew

 

Interested Companies may respond to this Sources Sought Notice via e-mail to:

Mable Lee at [email protected] AND Torben Ohlsson at [email protected] no later than 11:00 a.m. EST on September 10, 2021.

 

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.

  1. Provide the following information/documentation:
  1. Company Name, 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

 

  1. Provide Documentation Verifying Small Business Certification:
  1. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
  2. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
  3. If claiming SDVOSB status, provide documentation that shows the Service Disabled 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.
  4. d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, makes 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.
  5. If claiming Small Business status, provide documentation to show the business is small under NAICS Code 336611.

  1. Provide Statement for 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.

  1. Provide Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, 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 register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33.  SAM can be obtained by accessing the internet at https://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 appropriate 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/solicitation or combined synopsis solicitation may be published at https://Beta.Sam.Gov; formerly Federal Business Opportunities (FBO.gov) website. It is the potential offeror's responsibility to monitor Beta.Sam.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

Similar Opportunities

Memphis Tennessee 11 Jul 2025 at 2 PM
Washington District of columbia 30 Oct 2025 at 8 PM
Washington 15 Jul 2025 at 4 AM