USCGC WALNUT DS FY 24

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Florida
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159133705800557
Posted Date: Jul 14, 2023
Due Date: Aug 17, 2023
Solicitation No: 70Z085-24-R-P230020951
Source: Members Only
Follow
USCGC WALNUT DS FY 24
Active
Contract Opportunity
Notice ID
70Z085-24-R-P230020951
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 14, 2023 10:28 am PDT
  • Original Response Date: Aug 17, 2023 08:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 01, 2023
  • 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:
    Pensacola , FL 32508
    USA
Description

***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 DOCKSIDE repair/maintenance to the U.S. Coast Guard Cutter, USCGC WALNUT (WLB-205) FY24 a 225’ buoy tender.





USCGC WALNUT (WLB-205) 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: 211 South Avenue, Bldg. 38, Ste. C, Pensacola, FL 32508





DESCRIPTION OF WORK:





This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dockside repairs to the U.S. Coast Guard Cutter WALNUT (WLB 205), a 225 Foot Buoy Tender. This vessel’s home port is at 211 South Avenue, Bldg. 38, Ste. C, Pensacola, FL 32508. All work is to be performed at the cutter’s home port. The required performance period is seventy (70) days with a start date on or about 09 JAN 2024 - 18 MAR 2024.







Description: This Dockside availability will include, but is not limited to, approximately 29 work items including such work as inhaul winches inspect and service, LED floodlight replacement, vent ducts and flex joints renew, lifeline and lifeline latches modify, vent duct cleaning, steering system PLC upgrade, ATON tie down installation, fire main piping renew, watertight door and hatch renew, and more. These work items are IAW WALNUT Dockside Specifications, Rev-0, dated 23 June 2023.





ITEM



DESCRIPTION





D-001 Fire Prevention Requirements



D-002 Hydraulically Operated Cargo Hatch, Inspect and Service



D-003 Vent Ducts, Engine And Motor Room, All, Commercial Cleaning



D-004 Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning



D-005 Vent Ducts, Laundry Exhaust, Commercial Cleaning



D-006 Vent Ducts, All Other, Commercial Cleaning



D-007 Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift



D-008 Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test



D-009 Hydraulic Chain Stoppers, Inspect And Service



D-010 Cross deck Winches, Inspect and Service



D-011 Hydraulic Inhaul Winch, Inspect And Service



D-012 Mechanical Chain Stoppers, Inspect and Service



D-013 Warping Capstan, Inspect and Service



D-014 Single Point Davit, Inspect and Service



D-015 Commissary Hoist, Inspect and Service



D-016 Non-Buoy Weather Deck LED Flood Lights, Replace



D-017 Steering System PLC, Upgrade



D-018 Water Tight Hatches, Internal DC Deck and Below, Renew



D-019 Watertight Doors and Scuttles, External, Renew



D-020 Joiner Door, Renew



D-021 Molded Case Circuit Breakers, Inspect & Test



D-022 ATON Tie Down Installation



D-023 Fireman Piping, Renew



D-024 Vent Ducts, Renew



D-025 Vent Flex Joints, Renew



D-026 Ballast Tank Kick Pipes Repair



D-027 Lifelines and Ancillary Fittings, Modify



D-028 Boat Deck (Port & Starboard) Removable Lifeline Latches, Modify



D-029 Kick Pipe Renewal







ANTICIPATED PERIOD OF PERFORMANCE:





09 JAN 2024 - 18 MAR 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 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 August 17, 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.




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
  • Jul 14, 2023 10:28 am PDTSources Sought (Original)

Related Document

Jul 17, 2023[Sources Sought (Updated)] USCGC WALNUT DS FY 24

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 >