***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 SAGINAW (WLIC-803) FY25 a 160’ buoy tender.
USCGC SAGINAW (WLIC-803) 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.
GEOGRAPHICAL RESTRICTION:
N/A
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) SAGINAW (WLIC-803), a 160’ Inland Construction Tender. This vessel’s homeport is at 1500 15th Street Mobile, AL 36615. All work is to be performed at the Contractor’s facility. The required performance period is 70 days. The performance period is 25 March 2025 – 02 June 2025 to accommodate Coast Guard cutter operational needs.
Description: This Dry Dock will consist of approximately seventy-one (71) work items, not limited to: hull plating ultrasonic testing, underwater body preserve, propeller removal and inspect, propulsion shaft remove, inspect and reinstall, rudders remove, inspect, reinstall and preserve, construction deck 100% preserve, tanks clean and inspect, and boat davit inspect.
ITEM
DESCRIPTION
D-001
Fire Prevention Requirements
D-002
Hull Plating, U/W Body, Inspect
D-003
Hull Plating, U/W Body, Ultrasonic Testing
D-004
Hull Plating, Freeboard, Ultrasonic Testing
D-005
U/W Body, Preserve, 100 percent
D-006
U/W Body, Preserve, Partial, Condition A
O-007
U/W Body, Preserve, Partial, Condition B
O-008
U/W Body, Preserve, Partial, Condition C
O-009
Hull Plating Freeboard, Preserve, Partial
O-010
Hull Plating Freeboard, Preserve, 100 Percent
D-011
Appendages, U/W, Leak Test
D-012
Propulsion Shaft Rope Guards, Inspect
D-013
Appendages, U/W, Internal, Preserve
D-014
Voids, Non-Accessible, Leak Test
D-015
Voids, Non-Accessible, Internal Surfaces, Preserve
D-016
Tanks, MP Fuel Service, Clean and Inspect
D-017
Tanks, Potable Water, Clean and Inspect
D-018
Tanks, Ballast, Clean and Inspect
D-019
Propulsion Shafting, Strain Gage Alignment, Inspect
D-020
Propulsion Shaft Seals (Mechanical), Clean and Inspect
D-021
Propulsion Shaft Seals (Inflatable), Overhaul and Inflatable Renewal
D-022
Propulsion Shafting; Remove, Inspect, and Reinstall
D-023
Propulsion Shaft Bearings, External, Check Clearances
O-024
Propulsion Shaft Bearings, External, Renew
D-025
Stern Tube Interior Surfaces, Preserve, 100 Percent
D-026
Propeller s, Remove, Inspect, and Reinstall
D-027
Keel Coolers, Clean, Inspect and Hydro
D-028
Fathometer Transducer, Renew
D-029
Sea Strainers, All Sizes, Renew
D-030
Sea Strainers, Duplex, All Sizes, Overhaul
D-031
Point of Use Potable Water Filters, Install
D-032
Rudder Assembly, Remove, Inspect And Reinstall
D-033
Rudders, Preserve, 100 Percent
D-034
Hull Fittings, Weight Handling Rigging Hardware, Inspect and Test
D-035
Spuds, Overhaul
D-036
Spud Wells, Preserve
D-037
Spud wells, Inspect
D-038
Boat Davit, Inspect & Service
D-039
Sewage Holding Tanks, Clean and Inspect
D-040
Sewage Piping, Clean and Flush
O-041
Tanks (Sewage Holding), Preserve, 100 percent
O-042
Tanks (Sewage Holding), Preserve, Partial
O-043
Tanks, Ballast, Preserve, 100 Percent
O-044
Tanks, Ballast, Preserve, Partial
O-045
Tanks, MP Fuel Storage and Overflow, Preserve, Partial
O-046
Tanks, Potable Water Preserve, 100 Percent
O-047
Tanks, Potable Water, Preserve, Partial,
D-048
Decks – Exterior (Buoy or Construction Deck), Preserve 100%
D-049
Drydock
D-050
Temporary Services, Provide - Tender
D-051
Sea Trial Performance, Support, Provide
D-052
Lube Oil Storage Tank, Install
D-053
Remote Firemain Gauge Install
O-054
Buoy and Cargo Handling Crane, Shrink Wrap
D-055
Weather Deck Drain, Renew
D-056
Ballast Tank Striker, Renew
D-057
Cathodic Protection, Zinc Anodes, Renew,
D-058
Engine Room Alarm System, Groom
O-059
Lead-Based Paint, 100% Abatement, Perform
D-060
Longitudinal Stiffener, Renew
D-061
Upper Level Deck, Repair
D-062
Sea Chest Vent Piping, Renew
D-063
Deck Covering, Interior, Wet and Dry, Renew
D-064
Watertight Scuttle, External, Renew
D-065
Watertight Door, External, Renew
D-066
Overhaul MK-27 Gyrocompass
D-067
Liferail Stanchion, Renew
D-068
Engine Room Ventilation Fans, Overhaul
D-069
Propulsion Shafts Tachometer, Install
D-070
Fuel Oil (FO) Manifold Valves, Renew
D-071
02 Level Deck Repair
ANTICIPATED PERIOD OF PERFORMANCE:
03 March 2025 through 02 June 2025 (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 70 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.mil and Diego Avila @ Diego.J.Avila@uscg.mil no later than 8:00 AM Pacific Time 01 November 2024, 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.