Alaska Bids > Bid Detail

USCGC ASPEN (WLB-208) DOCKSIDE REPAIR FY2023

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159290971326530
Posted Date: Dec 20, 2022
Due Date: Jan 19, 2023
Solicitation No: 70Z085-23-R-P230001739
Source: https://sam.gov/opp/4e553db6be...
Follow
USCGC ASPEN (WLB-208) DOCKSIDE REPAIR FY2023
Active
Contract Opportunity
Notice ID
70Z085-23-R-P230001739
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 20, 2022 09:31 am PST
  • Original Response Date: Jan 19, 2023 08:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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:
    Homer , AK 99603
    USA
Description

SOURCES SOUGHT NOTICE



USCGC ASPEN (WLB-208) DOCKSIDE REPAIR FY2023



SAM.GOV NO: 70Z085-23-R-P230001739





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 1,250 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 maintenance to the U.S. Coast Guard Cutter, USCGC ASPEN (WLB 208), a 225' ocean going tender currently homeported in Homer, AK..





USCGC ASPEN (WLB-208) DOCKSIDE AVAILABILITY FY2023.





ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.





GEOGRAPHICAL RESTRICTION:



The place of performance is restricted to Alaska, due to mission requirements and travel restrictions for the cutter. While this does not preclude vendors who are based out of Alaska, please note that all work is to be performed in Alaska.





PLACE OF PERFORMANCE: 4688 HOMER SPIT RD. HOMER, AK 99603-8001





DESCRIPTION OF WORK:





Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DOCKSIDE maintenance to the U.S. Coast Guard Cutter.





Description: work includes approximately, but is not limited to, 13 Work Items including: steel repair, tank cleaning and inspection, ventilation cleaning and inspection, servicing machinery, insulation replacement, steel preservation, and deck repair. The scope of the acquisition is overhaul, renew, and repair various items.





ITEM



DESCRIPTION



UNIT



QTY



D-001



Heat Exchangers, Clean, Inspect And Hydro



JOB



1



D-002



Vent Ducts, All Other, Commercial Cleaning



JOB



1



D-003



Potable Water Pneumatic Tanks, Clean and Inspect



JOB



1



D-004



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



JOB



1



D-005



Commissary Hoist, Inspect and Service



JOB



1



D-006



Sewage Holding Tanks, Clean and Inspect



JOB



1



D-007



Temporary Services, Provide - Cutter



JOB



1



D-008



Deck Covering, Interior, Wet and Dry, Renew



JOB



1



D-009



Lifelines and Ancillary Fittings, Modify



JOB



1



D-010



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



JOB



1



D-011



Sewage Piping, Renew



JOB



1



D-012



Accessible Voids, Preserve, 100 Percent



JOB



1



D-013



Point of Use Potable Water Filters, Install



JOB



1





ANTICIPATED PERIOD OF PERFORMANCE:





June 24, 2023 through September 4, 2023 (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 72 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 0800 PST January 19, 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 an offer as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice and you provide an offer.



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
  • Dec 20, 2022 09:31 am PSTSources 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 >