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: ORUSA
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.
Attachments/Links
Contact Information
Contracting Office Address
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
Primary Point of Contact
- Ou Saephanh
- Ou.T.Saephanh@uscg.mil
Secondary Point of Contact
- Erin Olenjack
- Erin.A.Olenjack@uscg.mil
History
- Sep 12, 2023 08:55 pm PDTSources Sought (Updated)
- Jul 17, 2023 11:10 am PDTSources Sought (Original)