Dock-Side (DS): USCGC STONE FY24
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159228438755594 |
Posted Date: | Feb 27, 2024 |
Due Date: | Mar 12, 2024 |
Source: | https://sam.gov/opp/498143b3ae... |
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).
- 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
- Original Set Aside:
- Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
-
NAICS Code:
- 336611 - Ship Building and Repairing
-
Place of Performance:
North Charleston , SCUSA
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.
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
- Sherri Ore
- sherri.s.ore@uscg.mil
- Phone Number 5716085596
- Mark Cap
- mark.cap@uscg.mil
- Phone Number 2068151521
- Feb 27, 2024 03:29 pm ESTSources Sought (Updated)
- Feb 27, 2024 01:13 pm EST Sources 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.