USCGC OAK Dockside FY 23
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159656392453737 |
Posted Date: | Oct 29, 2022 |
Due Date: | Nov 15, 2022 |
Solicitation No: | 70Z85-23-R-P230000213 |
Source: | https://sam.gov/opp/cc321f3a86... |
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.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: Oct 28, 2022 12:18 pm PDT
- Original Response Date: Nov 15, 2022 08:00 am PST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
-
NAICS Code:
- 336611 - Ship Building and Repairing
-
Place of Performance:
Newport , RI 02841USA
***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 1,250 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 DOCKSIDE maintenance to the U.S. Coast Guard Cutter, USCGC OAK (WLB-225B) a 225’ buoy tender.
USCGC OAK (WLB-211) DOCKSIDE AVAILABILITY FY2023.
ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.
GEOGRAPHICAL RESTRICTION:
N/A
PLACE OF PERFORMANCE: 47 CHANDLER ST. NAVSTA NETC PIER 2 NEWPORT, RI 02841
DESCRIPTION OF WORK:
Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DOCKSIDE maintenance to the U.S. Coast Guard Cutter.
Description: work includes approximately, but is not limited to, 18 Work Items including: steel repair, tank cleaning and inspection, ventilation cleaning and inspection, servicing machinery, insulation replacement, steel preservation, and deck repair. The scope of the acquisition is overhaul, renew, and repair various items.
ITEM
DESCRIPTION
UNIT
QTY
D-001
Heat Exchangers, Clean, Inspect And Hydro
JOB
1
D-002
Vent Ducts, All Other, Commercial Cleaning
JOB
1
D-003
Potable Water Pneumatic Tanks, Clean and Inspect
JOB
1
D-004
Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift
JOB
1
D-005
Commissary Hoist, Inspect and Service
JOB
1
D-006
Sewage Holding Tanks, Clean and Inspect
JOB
1
D-007
Temporary Services, Provide - Cutter
JOB
1
D-008
Deck Covering, Interior, Wet and Dry, Renew
JOB
1
D-009
Lifelines and Ancillary Fittings, Modify
JOB
1
D-010
Boat Deck (Port & Starboard) Removable Lifeline Latches, Modify
JOB
1
D-011
Sewage Piping, Renew
JOB
1
D-012
Accessible Voids, Preserve, 100 Percent
JOB
1
D-013
Point of Use Potable Water Filters, Install
JOB
1
D-014
Various Compartment Decks, Preserve
JOB
1
D-015
Buoy Cargo Hold Deck Services, Preserve 100%
JOB
1
D-016
Insulated Case Circuit Breakers, Inspect, Maintain & Test
JOB
1
D-017
Power Circuit Breakers, Maintain & Test
JOB
1
O-018
Water Tight Hatches, Internal DC Deck and Below, Renew
JOB
1
ANTICIPATED PERIOD OF PERFORMANCE:
April 24, 2023 through July 25, 2023 (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.gov and Erin Olenjack @ Erin.A.Olenjack@uscg.mil no later than 8:00 AM Pacific Time November 15, 2022, 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.
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
- Ou Saephanh
- Ou.T.Saephanh@uscg.mil
- Erin Olenjack
- Erin.A.Olenjack@uscg.mil
- Oct 28, 2022 12:18 pm PDTSources 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.