Skip to main content

An official website of the United States government

You have 2 new alerts

USCGC BLUEBELL DD FY 24

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 (Updated)
  • Updated Published Date: Sep 12, 2023 08:47 am PDT
  • Original Published Date: Jul 17, 2023 11:10 am PDT
  • Updated Response Date: Aug 17, 2023 08:00 am PDT
  • Original Response Date: Aug 17, 2024 08:00 am PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 01, 2023
  • Original Inactive Date: Sep 01, 2024
  • 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:
    OR
    USA

Description

***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 DRYDOCK  repair/maintenance to the U.S. Coast Guard Cutter, USCGC BLUEBELL (WLI-313) FY24  a 100’ inland tender. 

USCGC BLUEBELL (WLI-313) DRYDOCK AVAILABILITY FY2024.

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: At vendor’s facility.

DESCRIPTION OF WORK:

This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dockside repairs to the U.S. Coast Guard Cutter BLUEBELL (WLI 313), a 100’ inland tender. This vessel’s home port is at 6767 N. Basin Ave. Portland, OR 97217. All work is to be performed at the contractor’s facility. The required performance period is seventy (70) days with a start date on or about 16 JAN 2024 - 25 MAR 2024.

Description: This Drydock will consist of approximately 62 work items (45 definite/17 optional) including work such as coating repair, crane inspection, tank cleaning and inspection, and deck preservation. These work items are IAW BLUEBELL Drydock Specifications, Rev-0, dated 20 June 2023.

ITEM

DESCRIPTION

D-001

Fire Prevention Requirements

D-002

Hull Plating, Side Scan, Ultrasonic Testing

D-003

Hull Plating, U/W Body, Inspect

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

Hull Plating Freeboard, Preserve, Partial

O-008

Hull Plating Freeboard, Preserve, 100 Percent

O-009

Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew

O-010

Hull And Structural Plating, General, Cracked Steel Welds, Repairs

O-011

Hull and Structural Plating, General, Degraded Weld, Steel, Repair

D-012

Appendages, U/W, Leak Test

D-013

Propulsion Shaft Rope Guards, Inspect

D-014

Appendages, U/W, Internal, Preserve

D-015

Tanks, Potable Water, Clean and Inspect

D-016

Tanks, Ballast, Clean and Inspect

D-017

Voids, Accessible, Clean and Inspect

D-018

Propulsion Shaft Bearings, External, Check Clearances

D-019

Propeller , Clean And Inspect

D-020

Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean

D-021

Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean

D-022

Boiler Exhaust Stack Uptakes, Commercial Clean

D-023

Vent Ducts, Engine And Motor Room, All, Commercial Cleaning

D-024

Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning

D-025

Vent Ducts, Laundry Exhaust, Commercial Cleaning

O-026

Vent Ducts, All Other, Commercial Cleaning

D-027

Vent Fans and Motors, Non-Machinery Spaces, Overhaul

D-028

Sea Strainers, Duplex, All Sizes, Overhaul

D-029

Potable Water Pneumatic Tanks, Clean and Inspect

D-030

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

O-031

Rudders, Preserve, 100 Percent

D-032

Rudder Stock Bearings Clearances, Check

D-033

Boat Boom, Inspect & Service

D-034

Buoy And Cargo Crane, Inspect And Service

D-035

Grey Water Holding Tanks, Clean and Inspect

D-036

Sewage Holding Tanks, Clean and Inspect

D-037

Grey Water Piping, Clean and Flush

D-038

Sewage Piping, Clean and Flush

O-039

Tanks, Grey Water Holding, Preserve, Partial

O-040

Tanks (Sewage Holding), Preserve, 100 percent

O-041

Tanks (Sewage Holding), Preserve, Partial

O-042

Tanks, Ballast, Preserve, 100 Percent

O-043

Tanks, Ballast, Preserve, Partial

O-044

Tanks, Potable Water, Preserve, Partial,

D-045

Decks – Exterior (Buoy or Construction Deck), Preserve 100%

D-046

Drydock

D-047

Temporary Services, Provide - Tender

D-048

Engine, Overhaul, Tender/Barge, Crane, Center Section

D-049

Deck Covering, Interior, Wet and Dry, Renew

D-050

Machinery Exhaust Stack Insulation, Renew

D-051

Tanks, Clean and Inspect

D-052

Ship Service Air Receiver, Overhaul

O-053

Ship Service Air Receiver, Renew

D-054

Crew’s Quarters Racks, Renew

D-055

CPO Stateroom Racks, Renew

D-056

Point of Use Potable Water Filters, Install

D-057

Various Pipe Hangers, Renew

D-058

Piping Insulation, Renew

D-059

Heating and Chilled Piping, Renew

D-060

Sea Trial Performance, Support, Provide

D-061

Independent NACE Inspector (Level 3), Provide

D-062

Tenting, Provide

ANTICIPATED PERIOD OF PERFORMANCE:

16 JAN 2024 - 25 MAR 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 70 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 8:00 AM Pacific Time August 17, 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 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.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History