DOCKSIDE REPAIRS: USCGC STRATTON (WMSL 752) 24000 MPDE OVERHAUL FY 2023 FYQ3.
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
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 24, 2022 05:16 pm PDT
- Original Response Date: Jul 25, 2022 01:00 pm PDT
- 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: Alameda , CA 94501USA
Description
The USCG SFLC CPD C&P2 LRE is conducting market research in order to identify firms who possesses the capabilities to satisfy the USCG's requirement.
The requirement is for the DOCKSIDE REPAIRS: USCGC STRATTON (WMSL 752) 24000 MPDE OVERHAUL FY 2023 FYQ3.
The Contractor shall furnish all necessary labor, material, services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dockside, repairs and alterations to the USCGC STRATTON in accordance with the Solicitations, schedule and specifications.
The Period of Performance for this requirement is 27 June 2023 through 13 December 2023. The Place of Performance is the USCGC STRATTON homeport located in Alameda, CA.
Draft Work Item List (Definite & Option Items):
- Main Propulsion Diesel Engine (MPDE) Renew
- Main Diesel Engine (MDE) Resilient Mount, Renew
- Cofferdam, Install
- Sea Trial Performance, Support, Provide
SUBMISSION OF INFORMATION: Companies having 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 to Marcella Brown (E: Marcella.V.Brown@uscg.mil) and Jackie Warfield (E: Jacquelyn.L.Warfield@uscg.mil) no later than the date identified within this notice with the following information/documentation:
(1). Name of Company, Address and DUNS No.
(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: 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 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 Quotation or a Request for Proposals. 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 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 the Beta.SAM website. It is the potential offeror's responsibility to monitor Beta.SAM Contract Opportunities 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
Contracting Office Address
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
Primary Point of Contact
- Jackie Warfield
- Jacquelyn.L.Warfield@uscg.mil
- Phone Number 4107626627
Secondary Point of Contact
- Marcella V. Brown
- Marcella.V.Brown@uscg.mil
- Phone Number 5104375420
History
- Aug 09, 2022 08:55 pm PDTSources Sought (Original)