***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.
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 FIR (WLB-213) FY24 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 Sec. 8820 of the 2021 NDAA, Shipyard Provision, Section 8220, VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.
SEC. 8220. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.
(a) IN GENERAL.—Notwithstanding any provision of the Small
Business Act (15 U.S.C. 631 et seq.) and any regulation or policy
implementing such Act, the Commandant may use full and open
competitive procedures, as prescribed in section 2304 of title 10,
United States Code, to acquire maintenance and repair services
for vessels with a homeport in Coast Guard District 17.
(b) APPLICABILITY.—Subsection (a) shall apply only if there
are not at least 2 qualified small businesses located in Coast Guard
District 17 that are able and available to provide the services
described in such subsection.
(c) LIMITATION.—The full and open competitive procedures
described in subsection (a) may only be used to acquire such services
from a business located in Coast Guard District 17 that is able
and available to provide such services.
USCGC FIR (WLB-213) DRYDOCK AVAILABILITY FY2024.
ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.
GEOGRAPHICAL RESTRICTION:
N/A
PLACE OF PERFORMANCE: Contractor’s Facility in Alaska
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) FIR (WLB-213), a 225 foot Seagoing Buoy Tender. This vessel’s homeport is at 300 North Fill Pier, Cordova AK 99574. All work is to be performed at the Contractor’s facility. The required performance period is 130 days. The performance period is 09 January – 17 May 2024 to accommodate Coast Guard cutter operational needs.
Description: This Dry Dock will consist of approximately Ninety-one (91) work items, including work such as Hull Plating, Deck Covering Renew, U/W Body, Preserve, Sea Valves and waster Pieces overhaul or renew, Tanks Preserve, Thruster Units Bow and Stern overhaul, and other similar work items.
ITEM
DESCRIPTION
D-001
Fire Prevention Requirements
D-002
Hull Plating, U/W Body, Inspect
D-003
Hull Plating, U/W Body, Ultrasonic Testing
O-004
U/W Body, Preserve, 100 percent
O-005
U/W Body, Preserve, Partial, Condition A
O-006
U/W Body, Preserve, Partial, Condition B
O-007
U/W Body, Preserve, Partial, Condition C
O-008
Hull Plating Freeboard, Preserve, Partial
O-009
Hull Plating Freeboard, Preserve, 100 Percent
D-010
Appendages, U/W, Leak Test
D-011
Propulsion Shaft Fairwaters And Rope Guards, Inspect
O-012
Appendages, U/W, Internal, Preserve
D-013
Chain Lockers, Clean and Inspect
D-014
Tanks, MP Fuel Stowage and Overflow, Clean and Inspect
D-015
Voids (Accessible, Weather Deck Exposed), Inspect
D-016
Voids, Non-Accessible, Leak Test
O-017
Voids, Non-Accessible, Internal Surfaces, Preserve
D-018
Tanks, MP Fuel Service, Clean and Inspect
D-019
Tanks, Hydraulic Oil Stowage and Service, Clean and Inspect
D-020
Tanks, Potable Water, Clean and Inspect
D-021
Tanks, Lube Oil, Clean and Inspect
D-022
Tanks, Ballast, Clean and Inspect
D-023
Voids, Accessible, Clean and Inspect
D-024
Tanks, Dirty Oil and Waste, Clean and Inspect
D-025
Propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal
D-026
Strain Gage Alignment, Check
D-027
Stern Tube Interior Surfaces, Preserve, 100 Percent
D-028
Controllable Pitch Propellers, Clean and Inspect
D-029
Controllable Pitch Propeller, System Maintenance, Perform
D-030
Controllable Pitch Propeller Hub, General Maintenance, Perform
O-031
Controllable Pitch Propeller Hub, Remove and Reinstall
D-032
Heat Exchangers, Clean, Inspect And Hydro
D-033
Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean
D-034
Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean
D-035
Fathometer Transducer, Renew
D-036
Vent Ducts, Engine And Motor Room, All, Commercial Cleaning
D-037
Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning
D-038
Vent Ducts, Laundry Exhaust, Commercial Cleaning
D-039
Vent Ducts, All Other, Commercial Cleaning
D-040
Sea Valves and Waster Pieces, Overhaul Or Renew
D-041
Sea Strainers, All Sizes, Renew
D-042
Sea Strainers, Simplex, All Sizes, Clean and Inspect
D-043
Sea Bay, Preserve 100%
D-044
Potable Water Pneumatic Tanks, Clean and Inspect
D-045
Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift
D-046
Fixed CO2 FF Bottles, Inspect and Hydrostatic Test
O-047
Rudders, Preserve, 100 Percent
D-048
Rudder Stock Bearings, Check Clearances
D-049
Rudder, Inspect And Repair
D-050
Thruster Units (Bow And Stern), Overhaul
D-051
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
D-052
Anchor Windlass, Inspect and Service
D-053
Anchor Chains and Ground Tackle, Inspect and Repair
D-054
Hull Fittings (Mooring and Towing), Inspect and Test
D-055
Welin Lambie Dual Point Davit TWPIV 5.0B, Inspect, Test, and Overhaul
D-056
Buoy and Cargo Handling Crane Wire Rope, Renew
D-057
Grey Water Holding Tanks, Clean and Inspect
D-058
Sewage Holding Tanks, Clean and Inspect
D-059
Grey Water Piping, Clean and Flush
D-060
Sewage Piping, Clean and Flush
D-061
Tanks, Grey Water Holding, Preserve, Partial
O-062
Tanks (Sewage Holding), Preserve, 100 percent
O-063
Tanks (Sewage Holding), Preserve, Partial
O-064
Accessible Voids, Preserve, 100 Percent
O-065
Tanks, Ballast, Preserve, 100 Percent
O-066
Tanks, Ballast, Preserve, Partial
O-067
Chain Locker, Preserve, 100 Percent
O-068
Chain Lockers, Preserve, Partial
O-069
Accessible Void(s), Preserve, Partial,
O-070
Tanks, Potable Water Preserve, 100 Percent
O-071
Tanks, Potable Water, Preserve, Partial,
D-072
Decks – Exterior (Buoy or Construction Deck), Preserve 100%
D-073
Hull Plating Freeboard (Buoy Port Areas), Preserve
D-074
Superstructure, Preserve, Partial
D-075
Cathodic Protection, Zinc Anodes, Renew,
D-076
Impressed Current Cathodic Protection System, Inspect and Maintain
O-077
Impressed Current, Cathodic Protection System, Reference Cells, Renew
D-078
Drydock
D-079
Temporary Services, Provide - Cutter
D-080
Sea Trial Performance, Support, Provide
D-081
Potable Water Pump Room Deck, Preserve
D-082
Machinery Exhaust Stack Insulation, Renew
D-083
Upgrade HVAC System
D-084
Independent NACE Inspector (Level 3), Provide
D-085
Ventilation, Galley Pre-Heater, Renew
D-086
Deck Covering (Interior Wet/Dry), Renew
D-087
ESCAPE TRUNK, PRESERVE AND REPAIR
D-088
Firemain (Supply) Piping, Renew
D-089
Firemain (MMR) Piping, Renew
D-090
Boat Deck, Port and Starboard, Removable Lifeline Latches, Modify
D-091
Tenting, Provide
ANTICIPATED PERIOD OF PERFORMANCE:
January 09, 2024 through May 17, 2024 (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 120 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 Erin Olenjack @ Erin.A.Olenjack@uscg.mil no later than 11:00 AM Pacific Time August 06, 2023, 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 (OCT 2018). 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.