Dock-Side (DS): USCGC WAESCHE FY24, FQ4

Agency:
State: California
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159229066721656
Posted Date: Feb 26, 2024
Due Date: Mar 11, 2024
Source: Members Only
Follow
Dock-Side (DS): USCGC WAESCHE FY24, FQ4
Active
Contract Opportunity
Notice ID
70Z08524S-WAESCHE-FY24
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 26, 2024 12:32 pm EST
  • Original Response Date: Mar 11, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Alameda , CA 94501
    USA
Description

CGC WAESCHE DS FQ4 FY24



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.



The U.S. Coast Guard Surface Forces Logistics Center - Contracting & Procurement Division (SFLC-CPD) Branch #2 Long Range Enforcer (LRE) section is conducting market research for potential qualified contractors for the dockside of the Coast Guard Cutter (CGC) (WMSL 751) WAESCHE.



ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611 – Ship Building and Repairing and the size standard is 1300 employees.



PSC Code for this requirement: J999 – Non-Nuclear Ship Repair (West).



PLACE OF PERFORMANCE is at Coast Guard Island in Alameda, CA.



ANTICIPATED PERIOD OF PERFORMANCE: The required period of performance is 20 August 2024 to 07 November 2024.



This requirement is for a contractor to provide all necessary labor, services, supplies, materials, equipment, power, accessories, personnel and such other things as are necessary, except as otherwise specified to perform dockside repairs to the USCGC WAESCHE (WMSL-751), a 418 foot National Security Cutter in accordance with the solicitation, schedule and specifications.



WORK ITEMS include (but not limited to):



WORK ITEM 1: Tanks (Lube Oil) Main Engine Leak 5-60-0-F, Clean and Inspect



WORK ITEM 2: Tanks (Lube Oil) Main Engine Leak 5-60-0-F, Preserve (Full)



WORK ITEM 3: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect



WORK ITEM 4: Tanks (Aviation Fuel Stowage and Overflow), Preserve (Partial)



WORK ITEM 5: Tanks (Water Mist #1) 1-28-5-W, Clean and Inspect



WORK ITEM 6: Tanks (Water Mist #1) 1-28-5-W, Preserve (Partial)



WORK ITEM 7: High Purity Water Tank, Clean And Inspect



WORK ITEM 8: SSDG Flexible Hoses, Renew



WORK ITEM 9: Air Compressor Flexible Hoses, Renew



WORK ITEM 10: Fuel Oil Purifier Flexible Hoses, Renew



WORK ITEM 11: Folding Boom Crane Flexible Hoses, Renew



WORK ITEM 12: Folding Boom Crane HPU Flexible Hoses, Renew



WORK ITEM 13: Miscellaneous System Relief Valves, 5 Year Certification



WORK ITEM 14: Cargo Handling Elevator, Inspect and Repair



WORK ITEM 15: Stern Boat Launch and Recovery, Level II



WORK ITEM 16: Flight Deck Nets, Overhaul, Five Year



WORK ITEM 17: Tenting (Flight Deck), Provide



WORK ITEM 18: Deck Covering (Slip-Resistant) Flight Deck, Renew



WORK ITEM 19: Air Conditioning Plants, Groom



WORK ITEM 20: Fire Prevention, Provide



SUBMISSION OF INFORMATION: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail, with subject line: SSN WAESCHE DS FY24Q4, to Mark Cap at Mark.Cap@uscg.mil and Kiku Khan at Kiku.K.Khan@uscg.mil not later than the date identified within this notice with the following information/documentation:



1. Name of Company, Address and Unique Entity Identification Number (UEID).



2. Point of Contact and Phone Number



3. Business Size applicable to the NAICS Code:



a. 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



5. Statement on how your company will complete the work items 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. Award date for the contract is currently planned for on or about 20AUG2024. If awarded later, could you perform the dockside with a 30-day date of award before work starts? If not, please elaborate.



6. Past Performance Information: Evidence of experience in work similar in type, size, scope and complexity 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 in the System for Award Management (SAM) database, formerly known as Central Contractor Registration (CCR), as prescribed in FAR 4.1102(a). SAM registration can be obtained by accessing the internet at www.sam.gov 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 Quotation or a Request for Proposal. 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 as 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 appropriate 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 the SAM website (http://SAM.gov). It is the potential offeror's responsibility to monitor Contract Opportunities on the SAM website for release of any future solicitation that may result from this Sources Sought Notice. 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
  • Feb 26, 2024 12:32 pm 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 >