Skip to main content

An official website of the United States government

You have 2 new alerts

USCG ANTHONY PETIT PETIT (WLM-558) DD FY24

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: Oct 20, 2023 07:38 am PDT
  • Original Published Date: Aug 23, 2023 10:09 am PDT
  • Updated Response Date: Oct 30, 2023 12:00 pm PDT
  • Original Response Date: Sep 25, 2023 08:00 am PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 31, 2023
  • Original Inactive Date: Oct 10, 2023
  • 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:

Description

***SEE ATTACHED FOR FULL TEXT NOTICE***

                               ***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 1,250 employees.

USCGC ANTHONY PETIT (WLM-558) DRY DOCK AVAILABILITY FY 24

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.  

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 Alaska Shipyard Provision, SEC. 9210. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.

Sec 8220 Alaska Shipyard Provision

SEC. 9210. 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.

ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees.

Operational Limitations:  Military considerations for CGC ANTHONY PETIT’s FY24 Dry Dock location to be within the inside passages of Southeast, AK and the protected waters of the Pacific Northwest.

This military consideration is requested due to potential safety concerns associated with commercial facilities outside the inside passages of Southeast, AK, and the protected waters of the Pacific Northwest. The Gulf of Alaska, as an example, regularly experiences sea states that exceed the operational and design limitations outlined in reference (a) for CGC ANTHONY PETIT. During the scheduled period of industrial performance, the Gulf of Alaska exceeds sea state four 52% of the time, per reference (b), thereby providing limited safe windows for the cutter to safely complete the 3-day transit across the Gulf of Alaska. Encountering sea states beyond the design limitations of the vessel could have a disastrous impact on the seaworthiness of the vessel placing the cutter crew’s safety at risk.  To safely cross the Gulf of Alaska, CGC ANTHONY PETIT would be required to wait for an acceptable forecasted sea state, which would jeopardize their ability to meet the scheduled contract start date or meet a reasonable delayed date.

CGC ANTHONY PETIT services the aids to navigation that supports the safe usage of the US Navy’s Southeast Alaska Acoustic Measurement Facility (SEAFAC), located in Behm Canal near Ketchikan, Alaska. SEAFAC supports submarine operations for the entire West Coast submarine fleet. Approval of this request would increase ANTHONY PETIT’s availability for operations and enhance DoD’s readiness posture. 

(a)        Coast Guard Projected Operational Environment for the WLM 175’ Keeper Class Coastal Buoy Tender, OPNAVINST F3501.364 / COMDTINST M3501.61

(b)        Climatic Atlas, Volume 1, NAVAIR 50-1C-552

PLACE OF PERFORMANCE: Vendor’s Facility 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:

April 08, 2024 through July 8, 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 91 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.gov and Erin Olenjack @ Erin.A.Olenjack@uscg.mil no later than 0800 PST October 31, 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