South Carolina Bids > Bid Detail

Dock-Side (DS): USCGC STONE FY24

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159228438755594
Posted Date: Feb 27, 2024
Due Date: Mar 12, 2024
Source: https://sam.gov/opp/498143b3ae...
Follow
Dock-Side (DS): USCGC STONE FY24
Active
Contract Opportunity
Notice ID
70Z08524-S-STONE-DS-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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 27, 2024 03:29 pm EST
  • Original Published Date: Feb 27, 2024 01:13 pm EST
  • Updated Response Date: Mar 12, 2024 05:00 pm EDT
  • Original Response Date: Mar 12, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 27, 2024
  • Original Inactive Date: Mar 27, 2024
  • 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:
    North Charleston , SC
    USA
Description View Changes

USCGC STONE 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 758) STONE.





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: J998 – Non-Nuclear Ship Repair (East).





PLACE OF PERFORMANCE is North Charleston, SC





ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance is July 2024 to October

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 STONE (WMSL-758), 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 (Ballast), Clean and Inspect





WORK ITEM 2: Tanks (Ballast), Preserve (Partial) - OPTIONAL





WORK ITEM 3: Tanks (Ballast), Preserve (100%) - OPTIONAL





WORK ITEM 4: Tanks (Aviation Fuel Service), Clean and Inspect





WORK ITEM 5: Tanks (Aviation Fuel Service), Preserve (Partial) - OPTIONAL





WORK ITEM 6: Tanks (MP Fuel Service), Clean and Inspect





WORK ITEM 7: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect





WORK ITEM 8: Tanks (Aviation Fuel Stowage and Overflow), Preserve (Partial) - OPTIONAL





WORK ITEM 9: Fire Detection System, Inspect and Test





WORK ITEM 10: Auxiliary Seawater Piping, Renew





WORK ITEM 11: Cargo Handling Elevator, Inspect and Repair





WORK ITEM 12: Anchor Windlass Level 2, Inspect and Repair





WORK ITEM 13: Capstans, Level 2 Overhaul and Repair





WORK ITEM 14: Helo Hangar Door, Inspect and Test





WORK ITEM 15: Oily Water Separator (OWS) System, Inspect and Groom





WORK ITEM 16: Incinerator, Inspect and Test





WORK ITEM 17: Deck Covering (Polymeric), Repair and Seal





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





WORK ITEM 19: Tenting, Provide





WORK ITEM 20: Deck Covering (Polymeric), Renew



WORK ITEM 21: Compartment Insulation, General, Install



WORK ITEM 22: Steering Gear Cooler Replacement



WORK ITEM 23: Fire Prevention, Provide



WORK ITEM 24: Composite Labor Rate



WORK ITEM 25: Markup for Cubcontractors and Materials (% of $100,000)



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 STONE DS FY24, to Mark Cap at Mark.Cap@uscg.mil and Sherri Ore at sherri.s.ore@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 May 2024. 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 View Changes
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • 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 >