Alaska Bids > Bid Detail

DOCKSDE REPAIRS OF CGC ALEX HALEY (WMEC 39)

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159811369806568
Posted Date: Nov 2, 2023
Due Date: Dec 1, 2023
Source: https://sam.gov/opp/2b6e4c8e2d...
Follow
DOCKSDE REPAIRS OF CGC ALEX HALEY (WMEC 39)
Active
Contract Opportunity
Notice ID
70Z08524SSNLREAHALEY
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 02, 2023 01:03 pm PDT
  • Original Published Date: Nov 01, 2023 05:07 pm PDT
  • Updated Response Date: Dec 01, 2023 02:00 pm PST
  • Original Response Date: Dec 01, 2023 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 16, 2023
  • Original Inactive Date: Dec 16, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Kodiak , AK
    USA
Description

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 1,300 employees.





The performance period of this upcoming dockside is projected to start April 30, 2024 and end July 03, 2024. The total length of the performance period is 65 days.





Reminder: This requirement is for a vessel that is homeported in Coast Guard District 17 (the State of Alaska). It is anticipated that this requirement will be solicited in accordance with Sec 8220 VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.





- SEC. 8220. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.





(a) IN GENERAL.—Notwithstanding any provision of the Small Business Act (15 U.S.C. 631 et seq.) and any regulation or policy implementing such Act, the Commandant may use full and open competitive procedures, as prescribed in section 2304 of title 10, United States Code, to acquire maintenance and repair services for vessels with a homeport in Coast Guard District 17.





(b) APPLICABILITY.—Subsection (a) shall apply only if there are not at least 2 qualified small businesses located in Coast Guard District 17 that are able and available to provide the services described in such subsection.





(c) LIMITATION.—The full and open competitive procedures described in subsection (a) may only be used to acquire such services from a business located in Coast Guard District 17 that is able and available to provide such services.





Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs CGC Alex Haley. There are approximately 16 work items in the requirement.






  • Piping, Renew

  • Bridge Wing, Repair and Preservation

  • Tanks (MP Fuel Storage and Overflow), Clean and Inspect

  • Boiler Exhaust Stack Uptakes, Commercial Clean

  • Ship Service Diesel Generator Exhaust Piping, Commercial Clean

  • MDE Exhaust Piping, Commercial Clean

  • Circuit Breakers (400 Hz), Inspect and Test

  • Circuit Breakers (60 Hz), Inspect and Test

  • Steering System, Groom

  • Single Point Davit, Level 3 Overhaul

  • Sewage Holding Tank(s), Clean and Inspect

  • Temporary Services, Provide

  • MDE Exhaust Hanger Renewal

  • Plate Inspection and Renewal

  • Deck Drain, Overhaul

  • Watertight Trunk, 100% Preserve





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 Valerie.s.riverachase@uscg.mil and Kiya.R.Plummer-Dantzler@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 22 November 2023 with the following information/documentation:

1. Name of Company, Address and Unique Entity ID 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 www.sam.gov website. It is the potential offeror's responsibility to monitor www.sam.gov 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.






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 >