Rhode Island Bids > Bid Detail

CGC IDA LEWIS Dock side repairs

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159371552308344
Posted Date: Nov 21, 2022
Due Date: Nov 25, 2022
Solicitation No: 70Z08523SSNIBCTIDALEWIS
Source: https://sam.gov/opp/11f48da377...
Follow
CGC IDA LEWIS Dock side repairs
Active
Contract Opportunity
Notice ID
70Z08523SSNIBCTIDALEWIS
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2022 09:58 am EST
  • Original Response Date: Nov 25, 2022 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Newport , RI 02841-1716
    USA
Description

SOURCES SOUGHT NOTICE USCGC IDA LEWIS



FOR DOCK SIDE REPAIRS.





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 Norfolk, VA to identify sources capable of providing the following:





DOCKSIDE Repairs: (Subject to change at the discretion of the Government). The Contractor shall provide all necessary materials, equipment, and personnel for dock side repairs to the U.S. Coast Guard Cutter (USCGC) IDA LEWIS (WLM 551) A 175 FOOT Coastal Buoy Tender. The vessel is home ported in US. Naval Station Newport, Newport, Road Island. All work will be performed at the cutter’s home pier.





ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for approximately forty-two (42) calendar days with a start date of 6 June 2023 and with an end date of 18 July 2023. (These dates are 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.





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.





SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.





Companies may respond to this Sources Sought Notice via e-mail to Timothy.M.Shuhart@uscg.mil or via fax to (757) 628-4676 (Attn: Timothy Shuhart /C&P2-IBCT) no later than 1:00PM EST on 25 November 2022, with the following information/documentation:







1. Name of Company, Address and Unique Entity ID.





2. Point of Contact and Phone Number.





3. Acknowledge that your firm is in compliance Section 889 - Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment – as potential contractors may not sell or use. This may limit the competition pool or vehicle used as you review potential contractors' representations and certifications. See Section 889 Job Aid. FAR Clause 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (AUG 2020)(Deviation 20-05) and FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)(Deviation 20-05)





4. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; HUBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); Veteran Owned Small Business Concern (VOSBC); ED Woman Owned Small Business Concern (EDWOSB); Woman Owned Small Business Concern (WOSBC); Small Business Concern; Large Business Concern





5. Documentation Verifying Small Business Certification:





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.





6. 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.





7. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 21, 2022 09:58 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >