Federal Bid

Last Updated on 22 Aug 2018 at 8 AM
Sources Sought
Location Unknown

USCGC HAMILTON (WMSL-418) DRYDOCK AVAILABILITY FY2019

Solicitation ID USCGC_HAMILTON_(WMSL-418)_DRYDOCK_AVAILABILITY_FY2019
Posted Date 25 Jul 2018 at 3 PM
Archive Date 22 Aug 2018 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 United states

USCGC HAMILTON (WMSL-418) DRYDOCK AVAILABILITY FY2019

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, Baltimore, MD to identify sources capable of providing the following: USCGC HAMILTON (WMSL-418) DRYDOCK AVAILABILITY FY2019

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 03 January 2019 thru 02 April 2019. (Subject to change at the discretion of the Government).

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

SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK repairs to the U.S. Coast Guard Cutter. The Contractor shall have and maintain facility certification and subsequently meet the requirements to dock/undock a designated Coast Guard surface asset as specified in SFLC Standard Specification 8634 and in accordance with requirements specified in SFLC Standard Specification 0000.

GEOGRAPHICAL RESTRICTION: None

HAMILTON HOMEPORT : Charleston , SC

PLACE OF PERFORMANCE: Contractor's proposed drydock

DESCRIPTION OF WORK: The scope of the acquisition is for the Drydock of the cutter and repair of various items
WORK ITEM 1: Hull Plate (Freeboard), Ultrasonic Test
WORK ITEM 2: Hull Plate (U/W Body), Ultrasonic Test
WORK ITEM 3: Chain Lockers and Sump, Preserve (Optional)
WORK ITEM 4: Shafting System (Internal Surfaces), Preserve (Optional)
WORK ITEM 5: Voids (Non-Accessible), Preserve
WORK ITEM 6: General Welding, Provide-Optional
WORK ITEM 7: Hull, 3D Laser Scan
WORK ITEM 8: Chain Lockers and Sump, Clean and inspect
WORK ITEM 9: Tank (Aft Oily Water), Clean and Inspect
WORK ITEM 10: Tanks (Fuel Oil Storage & Main Engine Leak), Clean and Inspect
WORK ITEM 11: Voids (Non-Accessible), Leak Test
WORK ITEM 12:Propulsion Shaft Bearing (Strut And Stern Tube) Stave Renewal -Optional
WORK ITEM 13:Propeller Shaft Sleeve, Skim Cut -Optional
WORK ITEM 14:Propulsion Shaft Bearing Staves, Renew -Optional
WORK ITEM 15: Propulsion Shaft GRP Coating, Inspect and Repair (Shaft in Place)
WORK ITEM 16: Stern Tube Shaft Sleeve, Skim Cut -Optional)
WORK ITEM 17: Propulsion Shaft Seals (Mechanical), Inspect and Clean
WORK ITEM 18: Propulsion Shafting, Remove, Inspect, and Reinstall -Optional
WORK ITEM 19: Propulsion Shaft Alignment & Bearings (External) Clearances, Check
WORK ITEM 20: Controllable Pitch Propeller System, Perform General Maintenance
WORK ITEM 21: Controllable Pitch Propeller Hub Assembly, General Maintenance WORK ITEM 22: Doppler Speed Log, General Maintenance
WORK ITEM 23: Doppler Speed Log Valve, Overhaul
WORK ITEM 24: Sea Valves and Waster Pieces, Overhaul or Renew
WORK ITEM 25: Seawater Strainers (All Sizes), Overhaul and Inspect
WORK ITEM 26: Steering Gear (General), Overhaul
WORK ITEM 27: Rudder Stock Bearings, Check Clearances
WORK ITEM 28: Rudder, Inspect and Repair
WORK ITEM 29: Rudder Stock Seals, Clean and Inspect
WORK ITEM 30: Bow Thruster Unit (General), Overhaul
WORK ITEM 31: Anchors Chains and Ground Tackles, Inspect and Preserve
WORK ITEM 32: Transom Door, Inspect and Test ... 192
WORK ITEM 33: Tank (AFT Oily Water), Preserve "Partial" -Optional
WORK ITEM 34: Vacuum Collection Holding Tanks, Preserve "100%"
WORK ITEM 35: Cathodic Protection (Zincs), Renew  
WORK ITEM 36: Impressed Current Cathodic Protection System Dielectric Shield, Renew
WORK ITEM 37: Impressed Cathodic Protection System, Inspect and Maintain
WORK ITEM 38: Impressed Current Cathodic Protection System Anodes, Renew -Optional
WORK ITEM 39: Impressed Current Cathodic Protection System Reference Cells, Renew -Optional
WORK ITEM 40: Vessel in Drydock Temporary Services, Provide
WORK ITEM 41: Sea Trial Performance, Support, Provide
WORK ITEM 42: Drydocking, Accomplish
WORK ITEM 43: Mast, Preserve
WORK ITEM 44: Surfaces, Preserve
WORK ITEM 45: Plate, Renew -Optional
WORK ITEM 46: U/W Body, Preserve (Partial-Condition B)
WORK ITEM 47: Freeboard, Preserve (Full)
WORK ITEM 48: Deck Covering (Slip-Resistant) Mast, Renew and Repair
WORK ITEM 49: Auxiliary Seawater Piping, Modify
WORK ITEM 50: Main Diesel Engine Sea Chest Suction Pipe, Modify
WORK ITEM 51: Deep Water Fathometer Transducer, Replace
WORK ITEM 52: Stern Ramp Rails, Modify
WORK ITEM 53: BD, Replace
WORK ITEM 54: Ship Service Diesel Generator (No. 3) Exhaust Piping, Modify
WORK ITEM 55: Propulsion Shaft Fairwaters and Rope Guards, Inspect
WORK ITEM 56: Fathometer Transducer (Shallow Water), 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 e-mail to: [email protected]  NO LATER than 01:00 PM EST on 07 August 2018, with ALL of 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 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.

7. Drydock certification. Date of the Contractor's drydock USCG certification. The Contractor shall be aware that the criteria for their drydock capability shall be based on third party inspection and certification, see SFLC STD SPEC 8634 Appendix B for details of inspection criteria. If the Contractor possesses more than one type of drydock, each dock shall be certified individually.

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

Location Unknown 11 May 2018 at 4 PM
Curtis bay Maryland 03 Apr 2024 at 6 PM
Curtis bay Maryland 18 Jul 2024 at 2 PM
Location Unknown 29 Apr 2019 at 12 AM

Similar Opportunities

Alameda California 09 Jul 2025 at 8 PM
Washington District of columbia 30 Oct 2025 at 8 PM
Location Unknown 08 Jul 2025 at 11 PM
Kansas city Missouri 08 Jul 2025 at 11 PM