Ohio Bids > Bid Detail

CGC NEAH BAY DOCKSIDE REPAIRS

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159431625992253
Posted Date: Dec 9, 2022
Due Date: Nov 7, 2022
Solicitation No: CGC-NEAH-BAY-DOCKSIDE-REPAIRS
Source: https://sam.gov/opp/f7a5fc9fa6...
Follow
CGC NEAH BAY DOCKSIDE REPAIRS
Active
Contract Opportunity
Notice ID
CGC-NEAH-BAY-DOCKSIDE-REPAIRS
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 09, 2022 12:26 pm EST
  • Original Published Date: Oct 18, 2022 09:04 am EDT
  • Updated Response Date: Nov 07, 2022 04:00 pm EST
  • Original Response Date: Nov 07, 2022 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 06, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Cleveland , OH 44144
    USA
Description

SOURCES SOUGHT NOTICE



DOCKSIDE REPAIRS



USCGC NEAH BAY (WTGB -105)



SOURCES SOUGHT NOTICE: USCGC NEAH BAY DOCKSIDE REPAIRS. 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. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to:



(1) Determine if sources capable are capable of satisfying the agency’s requirements exist.



(2) Determine if commercial items are suitable to meet the agency’s needs are available or could be modified to meet the agency’s requirements.



(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 Force Logistics Center, Norfolk, VA to identify sources capable of providing the following:



All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.



SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment and personnel to perform dockside repairs to the U.S. Coast Guard NEAH BAY (WTGB-105).



DESCRIPTION OF WORK: The scope of the acquisition is for the dockside repairs of various items for the USCGC NEAH BAY (WTGB-105). This work will include, but is not limited to:



Tanks, MP Fuel Service, Clean and Inspect



Tanks, Potable Water, Clean and Inspect



Tanks, Ballast, Clean and Inspect



Voids, Accessible, Clean and Inspect



Tanks, Dirty Oil and Waste, Clean and Inspect



Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean



Boiler Exhaust Stack Uptakes, Commercial Clean



Bubbler Diesel Engine Exhaust Piping, Commercial Clean



Circuit Breakers (60 Hz), Inspect and Test



Vent Ducts, Engine And Motor Room, All, Commercial Cleaning



Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning



Vent Ducts, Laundry Exhaust, Commercial Cleaning



Vent Ducts, All Other, Commercial Cleaning



Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift



Anchor Windlass, Inspect and Service



Anchor Chains and Ground Tackle, Inspect and Repair



Vertical Capstan, Inspect and Service



Hull Fittings (Mooring and Towing), Inspect and Test - Tender



Grey Water Holding Tanks, Clean and Inspect



Sewage Holding Tanks, Clean and Inspect



Grey Water Piping, Clean and Flush



Sewage Piping, Clean and Flush



Accessible Voids, Preserve, 100 Percent



Deck Covering, Interior, Wet and Dry, Renew



Watertight Doors and Scuttles, External, Renew



Galley Piping, Renew



Grey Water Valve, Renew



Both Main Diesel and Generator Resilient Mounts, Renewal



Watertight Door Hinges, Repair



WTGB Magnetic Compass Replacement



Boat Cleat Install



Stubmast Repair



Seal Water Piping Renew



Fuel Valve Overhaul



All welding and brazing shall be accomplished by trained welders who have



been certified by the applicable regulatory code performance qualification



procedures.



ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from May 10, 2023 thru July 10, 2023. (Subject to change at the discretion of the Government). USCGC NEAH BAY (WTGB-105). Homeport address is 1055 East 9th Street, Cleveland, OH. 44114.



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. Companies may respond to this Sources Sought Notice via e-mail to:



Iran.N.Walker@uscg.mil or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than November 7, 2022 at 4:00 PM, Eastern Time.



Please provide 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, Hub Zone Small Business Concern, Service Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern.



4. 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 SDVOSB status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations, and hold the highest officer positon 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 hold the highest officer position in the company that works at the business fulltime during 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 and 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 persona 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 manage by one or more women that make long-term decisions for the business and hold the highest officer positioning eh 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 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.



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 as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor.



SAM: Interested parties should register in 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 athttps://www.sam.gov/portal/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 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 form 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; Do Not Request a Copy of the Solicitation.



After a review of the responses received, a solicitation may be published on SAM.GOV website. It is the potential offeror’s responsibility to monitor SAM.GOV for release of any future solicitation that my 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
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >