DOCKSIDE REPAIRS OF CGC ALEX HALEY (WMEC 39)

Jun 26, 2020 | Sources Sought

Solicitation Number: 70Z08521SSAHALEYDS

Department/Ind. Agency: HOMELAND SECURITY, DEPARTMENT OF
Sub-Tier: U.S. COAST GUARD
Office: SFLC PROCUREMENT BRANCH 2(00085)
Location: Kodiak, AK
Notice Type: Sources Sought
Posted Date: 6/24/2020
Response Date: 7/23/2020 5:00 PM
Archive Date: 8/7/2020
Set Aside: Total Small Business
Classification Code: J – Maintenance, repair & rebuilding of equipment
PSC Code: J999 (NON-NUCLEAR SHIP REPAIR (WEST))

The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division 2 is seeking qualified sources to perform dockside repairs of CGC ALEX HALEY (WMEC 39), a 282 foot medium endurance cutter, home ported in Kodiak, AK.  A firm-fixed price contract is anticipated for award.

The information obtained from this notice is for market research only and will be used to determine method of procurement including whether to set-aside the procurement for small business or other set-aside programs.  The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees.

To increase market competition, CGC ALEX HALEY dockside repairs will be at the vessels home berth in Kodiak, Alaska.

TENTATIVE PERIOD OF PERFORMANCE:

This requirement will have a split period of performance:

First Period of Performance:  01 February 2021 through 31 March 2021

Second Period of Performance:  24 May 2021 through 30 June 2021

Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for both cutters.  Sampling of work to be performed:

WORK ITEM 1: Tanks (MP Fuel Service), Clean and Inspect

WORK ITEM 2: Tanks (Ballast), Clean and Inspect

WORK ITEM 3: Voids (Accessible), Clean and Inspect

WORK ITEM 4: Sea Strainers (All Sizes), Renew

WORK ITEM 5: Helo Talon Grids, Inspect and Test

WORK ITEM 6: Tanks (MP Fuel Service), Preserve “Partial”

WORK ITEM 7: Temporary Services, Provide – Cutter

WORK ITEM 8: Deck Covering (Interior Wet/Dry), Renew

WORK ITEM 9: Deck Covering, Carpeting, Renew

WORK ITEM 10: Deck Covering, Wet/ Dry, Seal

WORK ITEM 11: Watertight Doors and Scuttles, Renew

WORK ITEM 12: Anchor Chain and Ground Tackle, Inspect and Repair

WORK ITEM 13: Tank Vent Penetrations, Renew

WORK ITEM 14: Reserve Feedwater Tank, Repair and Preserve

WORK ITEM 15: Anchor Windlass, Service and Repairs

WORK ITEM 16: Single Point Davit (Gen), Level 2 Inspect and Test

WORK ITEM 17: Sewage Pump Room Bilge, Preserve “100%”

WORK ITEM 18: Raw Water Piping, Repair

WORK ITEM 19: Boiler Steam Piping, Repair

WORK ITEM 20: Grey Water Piping, Repair

WORK ITEM 21: Medical Shower Piping, Renew

WORK ITEM 22: Refrigerant Piping, Renew

WORK ITEM 23: Boiler, Tube Renewal Partial

WORK ITEM 24: Vane Axial Fan, Overhaul

WORK ITEM 25: Heated Bridge Windows, Renew

WORK ITEM 26: 35’ Whip Antennas, Renew

WORK ITEM 27: Smokestack, Clean and Inspect

WORK ITEM 28: Cofferdam, Install

WORK ITEM 29: Bridge Wing Surfaces, Preserve

WORK ITEM 30: Fantail Overhead Surfaces, Preserve

WORK ITEM 31: Weather Decks, Repair

WORK ITEM 32: Gripes, Binders and Jacks (Loose Rigging Gear), Inspect and Test

WORK ITEM 33: Towing Bitts, Chocks, and Fairleads, Inspect and Test

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 [email protected] no later than 2:00 P.M., Pacific Standard Time, on 23 July 2020 with 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:

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 SDVOSBC 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 VOSBC 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 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 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 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), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM 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 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. 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; 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 Federal Business Opportunities (FedBizOpps) website. It is the potential offeror’s responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.


Contracting Office Address

COAST GUARD ISLAND, BLDG 50-7, ALAMEDA, CA 94501

Place of Performance

Kodiak, AK

Contact Information

Valerie S Rivera-Chase
Phone: 5106375972
[email protected]

Bernie Caguiat
Phone: 5106375887
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.