Federal Bid

Last Updated on 26 Jan 2013 at 10 AM
Sources Sought
Location Unknown

USCGC KODIAK ISLAND (WPB 1341)

Solicitation ID KODIAK-ISLAND
Posted Date 28 Dec 2012 at 4 PM
Archive Date 26 Jan 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location 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 Force Logistics Center, Norfolk, VA to identify sources capable of providing the following:

DRY-DOCK REPAIRS SPECIFICATION (Subject to change at the discretion of the Government):Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRY-DOCK repairs to the U.S. Coast Guard Cutter (USCGC) KODIAK ISLAND (WPB-1341), a 110 Foot "C CLASS" Patrol Boat. The vessel is home ported at 100 Trumbo Point Key West, FL 33040. All work will be performed at the contractor facility. This vessel is geographically restricted to 576 Nautical Miles one way, or 1152 Nautical Miles round trip from the cutter's homeport located at 100 Trumbo Point Key West, FL 33040.

SCOPE OF WORK (Subject to change at the discretion of the Government):The scope of the acquisition is for the DRYDOCK repairs of the USCGC KODIAK ISLAND (WPB-1341). This work may include, but is not limited to the following items:

Hull Plating, U/W Body, Inspect
Hull Plating (U/W Body), Ultrasonic Testing
Aluminum Hull and Structural Repairs - 1/4" Plate
Aluminum Hull and Structural Repairs - 3/16" Plate
Aluminum Hull and Structural Repairs - 5/16" Plate
Hull and Structural Plating Repairs -Crack (Aluminum)
Hull and Structural Plating Repairs - Crack (Steel)
Hull and Structural Plating Repairs - Eroded Weld (Aluminum)
Steel Hull and Structural Plating Repairs (5-Pound)
Steel Hull and Structural Plating Repairs (7.0 Pound, 7.5-Pound or 7.65-Pound)
Steel Hull and Structural Plating Repairs, Corrugated Plate (4.0-Pound)
Hull and Structural Plating Repairs (6.0-Pound or 5.63-Pound)
Hull and Structural Plating - 10.0-Pound Steel, Repair
Appendages (U/W), Leak Test
Appendages (U/W) - Internal, Preserve
Tanks (Fuel Service), Clean and Inspect
Voids (Non-Accessible), Leak Test
Tanks (Fuel Stowage and Overflow), Clean and Inspect
Voids (Non-Accessible), Preserve Internal Surfaces
Tanks, Air Test
Tanks (Potable Water), Clean and Inspect
Tanks (Dirty Oil and Waste), Clean and Inspect
Main Diesel Engine, Renew
Propulsion Shafting, Remove, Inspect, and Reinstall
Mechanical Shaft Seal Assemblies, Overhaul
Propulsion Shaft Bearings (External), Renew
Propulsion Shaft, Stern Tube Forward Bearing, Renew
Propellers; Remove, Inspect, and Reinstall
Exhaust System, MDE, Inspect
SW Heat Exchangers; Clean, Inspect and Hydro
Fathometer Transducer, Renew
Speed Doppler, Renew, Doppler Valve, Overhaul
Sea Valves and Waster Pieces, Overhaul or Renew
Sea Strainers - Duplex (All Sizes), Overhaul
Steering Gear (General), Overhaul
Rudder Assembly, Remove, Inspect and Reinstall
Fin Stabilizers (General), Overhaul
Single Point Davit (Appleton SEB) Level 2, Inspection
Tanks, (Grey Water) Clean and Inspect
Tanks, (Sewage Holding) Clean and Inspect
Grey Water Piping, Clean and Flush
Sewage Piping, Clean and Flush
Tanks (Sewage Holding), Preserve "100%"
Tanks (Sewage Holding), Preserve "Partial"
Tanks (Aft Grey Water), Preserve "100%"
Tanks (Aft Grey Water), Preserve "Partial"
Tanks (Dirty Oil), Preserve "100%"
Tanks (Dirty Oil), Preserve "Partial"
Tank (Oily Water), Preserve "100%"
Tanks (Oily Water), Preserve "Partial"
Tanks (Potable Water), Preserve "100%"
Tanks (Potable Water), Preserve "Partial"
U/W Body, Preserve "100%"
U/W Body, Preserve "Partial - Condition A"
U/W Body, Preserve "Partial - Condition B"
U/W Body, Preserve "Partial - Condition C"
Stern Tube Interior Surfaces, Preserve 100%
Hull Plating Freeboard, Preserve - Partial
Superstructure, Preserve "Partial"
Cathodic Protection System (Bilge and Sea Chest), Renew
Cathodic Protection System, Inspect and Maintain
Drydocking
Temporary Services, Provide
Data Service, Provide
Sea Trial Performance, Provide Support
Firemain Valves, Overhaul Or Renew
Bilge and Ballast Valves, Overhaul or Renew
Decks - Exterior, Preserve ("Non-Skid Broadcast Grit" System)
Aft Head, Shower Stall, Renew
Battery Space, Bilge, Insulate
Bulkhead, Interior, Preserve
Deck, Foundation Mount, HF Antenna, Renew
Deck Covering (Interior Wet), Renew
Deck Drains, Interior, Renew
Exhaust Piping, SSDG , Inspect and Repair
Forward Head, Preserve
Gooseneck Vents, Repair
Grey Water Pumps and Piping, Install New
Hull, Side Shell (CPO Head), Preserve
Hull, Structural, Magazine Locker, Preserve and Insulate
Hull, Structural, Transverse Frame, Repair
Hull, Superstructure, F/O Transfer Station, Repairs
Joiner Bulkhead Panels, Messdeck, Renew
Installation of a Void Box
Rails, Life Line Stanchion, Renew
Rudder, Upper Bearing Housing, Renew
Shelving, Aft Steering, Renew
Soft Patch Plating, Inspect and Repair
Steel Hull and Structural Plating Repairs (7-Pound)
Steering Compartment, Insulate
Steering Tie Rod, Renew
Stern Flap Repairs - Eroded Weld

Tanks, Gooseneck Vents and Piping, Renew
Tanks, Sewage, Structural Repairs
Through-Deck Packing Gland , Renew
Structural Closure, Watertight Door, Renew
Structural Closure, Watertight Hatch, Renew

All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.

Anticipated Period of Performance(Subject to change at the discretion of the Government): The period of performance is anticipated to be for sixty-six (66) calendar days with a start date of June 26, 2013 and end date of August 30, 2013.

Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 employees.

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] or via fax to (757) 628-4628 (Attn: SUSAN KREIDER/C&P1-PBPL) no later than FRIDAY, JANUARY 11, 2013 04:00 PM, Eastern Time 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: Please state all that apply to your company.
____ a. 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 Size:

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 VOSBC 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 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 whether 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.
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

Pennsylvania Not Specified
Washington Not Specified
Richmond Virginia 02 Apr 2021 at 5 PM
Location Unknown 18 Nov 2021 at 5 AM
Moline Illinois 20 Sep 2020 at 11 AM

Similar Opportunities

Denver Colorado 11 Jul 2025 at 9 PM
Location Unknown 15 Jul 2025 at 11 PM
Kodiak Alaska 11 Jul 2025 at 9 PM
Colorado 26 Jul 2025 at 4 AM (estimated)
Colorado 26 Jul 2025 at 4 AM (estimated)