USCG ANTHONY PETIT PETIT (WLM-558) DD FY24 (Соединенные Штаты Америки - Тендер #50925280) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 50925280 Дата публикации: 31-01-2024 Источник тендера: Государственные закупки США |
||
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).
***SEE ATTACHED FOR FULL TEXT NOTICE***
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 1,300 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 DRY DOCK maintenance to the U.S. Coast Guard Cutter, USCGC ANTHONY PETIT (WLM-558) a 175’ Coastal Buoy Tender.
USCGC ANTHONY PETIT (WLM-558) DRY DOCK AVAILABILITY FY 24.
ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.
GEOGRAPHICAL RESTRICTION:
N/A
PLACE OF PERFORMANCE: VENDOR’S LOCATION DRY DOCK AVAILABILITY
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 DRY DOCK maintenance to the U.S. Coast Guard Cutter.
Description: work includes approximately, but is not limited to, 82 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.
D-001
Fire Prevention Requirements
D-002
Hull Plating, U/W Body, Inspect
D-003
Hull Plating, U/W Body, Ultrasonic Testing
O-004
U/W Body, Preserve, 100 percent
O-005
U/W Body, Preserve, Partial, Condition A
O-006
U/W Body, Preserve, Partial, Condition B
O-007
U/W Body, Preserve, Partial, Condition C
O-008
Hull Plating Freeboard, Preserve, Partial
O-009
Hull Plating Freeboard, Preserve, 100 Percent
D-010
Appendages, U/W, Leak Test
O-011
Appendages, U/W, Internal, Preserve
D-012
Chain Lockers, Clean and Inspect
D-013
Tanks, Potable Water, Clean and Inspect
D-014
Tanks, Ballast, Clean and Inspect
D-015
Tanks, Dirty Oil and Waste, Clean and Inspect
D-016
Z-Drive Input Drive Shaft, Bearings Inspect
D-017
Z-Drive Propulsion Unit, Renew, Drydock
D-018
Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean
D-019
Fathometer Transducer, Renew
D-020
Vent Ducts, Engine And Motor Room, All, Commercial Cleaning
D-021
Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning
D-022
Vent Ducts, Laundry Exhaust, Commercial Cleaning
D-023
Vent Ducts, All Other, Commercial Cleaning
D-024
Sea Valves and Waster Pieces, Overhaul Or Renew
O-025
Sea Strainers, All Sizes, Renew
D-026
Sea Strainers, Duplex, All Sizes, Overhaul
D-027
Sea Bay, Clean and Inspect
O-028
Sea Bay, Preserve 100%
D-029
Potable Water Pneumatic Tanks, Clean and Inspect
D-030
Thruster Unit (General), Overhaul
D-031
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
D-032
Anchor Chains and Ground Tackle, Inspect and Repair
D-033
Hull Fittings (Mooring and Towing), Inspect and Test
O-034
Chain Locker, Preserve, 100 Percent
O-035
Superstructure, Preserve, Partial
D-036
Cathodic Protection, Zinc Anodes, Renew,
D-037
Drydock
D-038
Temporary Services, Provide - Cutter
D-039
Sea Trial Performance, Support, Provide
D-040
ATON Tie-down, Install
D-041
Oily Water Separator, Replace
D-042
Crane Winch DCV, Replace
D-043
Thruster Quick Disconnects (QDs), Install
D-044
Pump Room, Deck, Partial Preserve
D-045
Vents, Preserve and Closures, Renew
D-046
Potable Water Deck Connection Piping, Renew
D-047
Cargo Hatch, Repair
D-048
Vent Space (01-50-0-Q), Deck, Preserve
D-049
Cross Deck Winch Kickpipe, Renew
D-050
Doppler Speed Log, Upgrade
D-051
Directional Control Valve, Upgrade
D-052
Sea Strainers, Simplex, All Sizes, Clean and Inspect
O-053
Tanks, Ballast, Preserve, 100 Percent
O-054
Tanks, Ballast, Preserve, Partial
O-055
Tanks, Dirty Oil and Waste, Preserve, 100 Percent,
O-056
Tanks, Dirty Oil and Waste, Preserve, Partial,
O-057
Tanks, Potable Water Preserve, 100 Percent
O-058
Tanks, Potable Water, Preserve, Partial,
D-059
Independent NACE Inspector (Level 3), Provide
D-060
Tenting, Provide
D-061
Hydraulically Operated Cargo Hatch, Inspect and Service
D-062
Hydraulic Chain Stoppers, Inspect And Service
D-063
Hydraulic Crossdeck Winches, Inspect And Service
D-064
Hydraulic Inhaul Winch, Inspect And Service
D-065
Mechanical Chain Stoppers, Inspect and Service
D-066
Anchor Windlass, Inspect And Service
D-067
Towing Bitts, Chocks, and Fairleads, Inspect and Test
D-068
Warping Capstan (Aft), Inspect and Service
D-069
Single Point Davit, Disassemble and Inspect
D-070
Buoy Crane, Inspect And Service
D-071
Decks - Exterior, Preserve, Non-Skid Broadcast Grit System
D-072
Decks – Exterior (Buoy or Construction Deck), Preserve 100%
D-073
Point of Use Potable Water Filters, Install
D-074
Flame Detectors, Replace
D-075
Vent Duct Systems, Repair
D-076
Z-drive Standby Hydraulic and LO Pumps, Overhaul
D-077
Drainage Valve and Remote Valve Operator, Renew
D-078
MDE & SSDG Exhaust Stack Insulation, Renew
D-079
Fuel Oil Piping, Renew
D-080
Bilge Pump, Overhaul
D-081
Bilges, Preserve
D-082
Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew
ANTICIPATED PERIOD OF PERFORMANCE:
May 7, 2024 through August 5, 2024 (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 90 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: Jerrod Gonzales @ Jerrod.a.gonzales@uscg.mil and Diego Avila @ diego.j.avila@uscg.mil no later than 0800 PST Feb 07, 2024, 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 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 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.