***SEE ATTACHED FOR FULL TEXT NOTICE***
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations.
The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees.
**********THIS IS A REVISION TO THE ORIGINAL SOURCES SOUGHT NOTICE POSTED ON 03 APRIL 2025 AND ON 21 JULY 2025*****
REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRYDOCK maintenance to the U.S. Coast Guard Cutter, USCGC CYPRESS (WLB-210) FY25 a 225’ buoy tender.
This requirement is for a vessel that is homeported in Coast Guard District 17. It is anticipated that this requirement will be solicited in accordance with NDAA FY 2021 Section 8820, Shipyard Provision, Section 8220, VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS. However, offers may be considered from vendors outside of District 17.
USCGC CYPRESS (WLB-210) DRYDOCK AVAILABILITY FY2025.
ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.
PLACE OF PERFORMANCE: Contractor’s Facility
DESCRIPTION OF WORK:
This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dry-dock repairs to the U.S. Coast Guard Cutter (USCGC) CYPRESS (WLB-210), a 225 foot Seagoing Buoy Tender. This vessel’s homeport is at Chiniak Hwy, Kodiak AK 99615. All work is to be performed at the Contractor’s facility. The required performance period is 98 days. The performance period is 29 September 2025 – 04 January 2026 to accommodate Coast Guard cutter operational needs.
Description: This Dry Dock will consist of approximately one hundred and eleven (111) work items, hull plating ultrasonic testing, underwater body preserve, propeller removal and inspect, propulsion shaft removal, inspect, and reinstall, rudders remove, inspect, reinstall and preserve, construction deck 100% preserve, tanks clean and inspect, and boat davit inspect. This is not a new requirement. This is required maintenance.
Note: Work items may change during the solicitation phases.
ITEM
DESCRIPTION
D-001
Fire Prevention Requirements
NSP
D-002
Hull Plating, U/W Body, Inspect
JOB
D-003
Hull Plating, U/W Body, Ultrasonic Testing
JOB
D-004
Hull Plating, Freeboard, Ultrasonic Testing
JOB
D-005
U/W Body, Preserve, Partial, Condition A
JOB
D-006
U/W Body, Preserve, Partial, Condition B
JOB
D-007
U/W Body, Preserve, Partial, Condition C
JOB
D-008
Hull Plating Freeboard, Preserve, Partial
JOB
D-009
Appendages, U/W, Leak Test
JOB
D-010
Propulsion Shaft Fairwaters And Rope Guards, Inspect
JOB
D-011
Appendages, U/W, Internal, Preserve
JOB
D-012
Chain Lockers, Clean and Inspect
JOB
D-013
Voids, Non-Accessible, Leak Test
JOB
D-014
Voids, Non-Accessible, Internal Surfaces, Preserve
JOB
D-015
Tanks, MP Fuel Service, Clean and Inspect
JOB
D-016
Tanks, Potable Water, Clean and Inspect
JOB
D-017
Tanks, Ballast, Clean and Inspect
JOB
D-018
Voids, Accessible, Clean and Inspect
JOB
D-019
Tanks, Dirty Oil and Waste, Clean and Inspect
JOB
D-020
Hydraulically Operated Cargo Hatch, Inspect and Service
JOB
D-021
Propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal
JOB
D-022
Propulsion Shaft Seals, Bulkhead, Overhaul
JOB
D-023
Strain Gage Alignment, Check
JOB
D-024
Propulsion Shaft Bearings, External, Check Clearances
JOB
O-025
Propulsion Shaft Bearing, Stave Renewal
JOB
D-026
Controllable Pitch Propellers, Clean and Inspect
JOB
D-027
Controllable Pitch Propeller, System Maintenance, Perform
JOB
D-028
Controllable Pitch Propeller Hub, General Maintenance with EAL, Perform
JOB
D-029
Main Reduction Gear, Shaft End NDT
JOB
D-030
Controllable Pitch Propellers, Remove and Reinstall
JOB
D-031
Sea Water System Piping, Clean and Flush
JOB
D-032
Heat Exchangers, Clean, Inspect And Hydro
JOB
D-033
Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean
JOB
D-034
Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean
JOB
D-035
Emergency Diesel Generator, Clean & Inspect
JOB
D-036
Fathometer Transducer, General Maintenance
JOB
D-037
Vent Ducts, Engine And Motor Room, All, Commercial Cleaning
JOB
D-038
Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning
JOB
D-039
Vent Ducts, Laundry Exhaust, Commercial Cleaning
JOB
D-040
Vent Ducts, All Other, Commercial Cleaning
JOB
D-041
Sea Valves and Waster Pieces, Overhaul Or Renew
JOB
D-042
Sea Strainers, All Sizes, Renew
JOB
D-043
Sea Strainers, Duplex, All Sizes, Overhaul
JOB
D-044
Sea Strainers, Simplex, All Sizes, Clean and Inspect
JOB
D-045
Sea Bay, Clean and Inspect
JOB
O-046
Sea Bay, Preserve 100%
JOB
D-047
Potable Water Pneumatic Tanks, Clean and Inspect
JOB
D-048
Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift
JOB
D-049
Rudders, Preserve, 100 Percent
JOB
D-050
Rudder Stock Bearings, Check Clearances
JOB
D-051
Rudder, Inspect And Repair
JOB
D-052
Rudder and Rudder Stock, Remove and Inspect
JOB
D-053
Rudder Bearings, Renewal
JOB
D-054
Thruster Units, Overhaul Fluid Change to EAL
JOB
D-055
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
JOB
D-056
Hydraulic Chain Stoppers, Inspect And Service
JOB
D-057
Crossdeck Winches, Inspect and Service
JOB
D-058
Hydraulic Inhaul Winch, Inspect And Service
JOB
D-059
Mechanical Chain Stoppers, Inspect and Service
JOB
D-060
Anchor Windlass, Inspect and Service
JOB
D-061
Anchor Chains and Ground Tackle, Inspect and Repair
JOB
D-062
Anchor Chain and Ground Tackle, Preserve
JOB
D-063
Anchors, Preserve
JOB
D-064
Hawse Pipes, Preserve
JOB
D-065
Warping Capstan, Inspect and Service
JOB
D-066
Hull Fittings (Mooring and Towing), Inspect and Test
JOB
D-067
Single Point Davit, Inspect and Service
JOB
D-068
Welin Lambie Dual Point Davit TWPIV 5.0B, Inspect, Test, and Overhaul
JOB
D-069
Commissary Hoist, Inspect and Service
JOB
D-070
Buoy Crane, Appleton EB600-60-40, Inspect and Service
JOB
D-071
Grey Water Holding Tanks, Clean and Inspect
JOB
D-072
Sewage Holding Tanks, Clean and Inspect
JOB
D-073
Grey Water Piping, Clean and Flush
JOB
D-074
Sewage Piping, Clean and Flush
JOB
O-075
Accessible Voids, Preserve, 100 Percent
JOB
O-076
Tanks, Ballast, Preserve, Partial
JOB
O-077
Chain Locker, Preserve, 100 Percent
JOB
D-078
Accessible Void(s), Preserve, Partial,
JOB
0-079
Tanks, Potable Water, Preserve, Partial,
JOB
D-080
Decks – Exterior (Buoy or Construction Deck), Preserve 100%
JOB
D-081
Hull Plating Freeboard (Buoy Port Areas), Preserve
JOB
O-082
Superstructure, Preserve, Partial
JOB
D-083
Cathodic Protection, Zinc Anodes, Renew,
JOB
D-084
Impressed Current Cathodic Protection System, Inspect and Maintain
JOB
D-085
Impressed Current, Cathodic Protection System, Reference Cells, Renew
JOB
D-086
Drydock
JOB
D-087
Temporary Services, Provide - Cutter
JOB
D-088
Sea Trial Performance, Support, Provide
JOB
D-089
Potable Water Pump Room Deck, Preserve
JOB
D-090
Bilges, Preserve
JOB
D-091
Deck Covering, Interior, Wet and Dry, Renew
JOB
D-092
Space or Component, Preserve
JOB
D-093
Water Tight Hatches, Internal DC Deck and Below, Renew
JOB
D-094
Watertight Doors and Scuttles, External, Renew
JOB
D-095
Life Rail Renewal
JOB
D-096
Missing Handgrabs, Install
JOB
D-097
SW Ballast Tank TLI, Repair
JOB
D-098
Fuel Oil (FO) Piping, Renew
JOB
D-099
Circuit Breakers, Inspect, Maintain & Test
JOB
D-100
Single Point Davit Ladder, Renew
JOB
D-101
Exterior Deck Drain, Renew
JOB
D-102
Shower Pan Renew
JOB
D-103
Boat Deck, Port and Starboard, Removable Lifeline Latches, Modify
JOB
D-104
Steering Gear Heat Exchanger, Modify
JOB
D-105
Steering System PLC, Upgrade
JOB
D-106
Galley Vent Ducting Modify
JOB
D-107
Thruster Generator, Clean & Inspect
JOB
D-108
Fluxgate Digital Compass System
JOB
D-109
Directional Control Valve, Uprade
JOB
D-110
Independent NACE Inspector (Level 3), Provide
NSP
D-111
Tenting, Provide
NSP
ANTICIPATED PERIOD OF PERFORMANCE:
29 September 2025 through 04 January 2026 (Subject to change at the discretion of the Government). If the company is unable to meet this period of performance, it is incumbent upon the company to propose an alternative 98 calendar day period of performance.
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 POC listed in the Sam.Gov announcement with the following information/documentation: Ou Saephanh @ Ou.T.Saephanh@uscg.gov and Kiya Plummer-Dantzler @ kiya.r.plummer-dantzler@uscg.mil no later than 8:00 AM Pacific Time 24 June 2025, 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 your 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 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.
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 (November 2024). SAM can be obtained by accessing the internet at https://www.sam.gov/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.