Skip to main content

An official website of the United States government

You have 2 new alerts

CGC HATCHET & BARGE DRYDOCK

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Nov 07, 2022 03:57 pm EST
  • Original Response Date: Nov 25, 2022 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    USA

Description

SOURCES SOUGHT NOTICE

DRYDOCK REPAIRS

USCGC HATCHET (WLIC-75309)  

USCG 68B BARGE (68019)

SOURCES SOUGHT NOTICE: USCGC HATCHET (WLIC 75309), USCG 68B BARGE (68019) DRYDOCK REPAIRS.  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.  Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to:

(1) Determine if sources capable are capable of satisfying the agency’s requirements exist.

(2) Determine if commercial items are suitable to meet the agency’s needs are available or could be modified to meet the agency’s requirements.

(3) Determine the commercial practices of company’s engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR part 19, competition and set-aside decisions may be based on the results of this market research.  This notice in no way obligates the Government to any further action. 

REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Norfolk, VA to identify sources capable of providing the following:

All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures.

SPECIFICATION: (Subject to change at the discretion of the Government).  Contractor shall provide all necessary facilities, materials, equipment and personnel to perform dry-dock repairs to the U.S. Coast Guard CGC HATCHET (WLIC-75309), USCG 68B BARGE (68019).    

DESCRIPTION OF WORK: The scope of the acquisition is for the dry-dock repairs to be performed at Contractor’s facility of various items for the USCGC HATCHET (WLIC-75309), USCG 68B BARGE (68019).  This work will include, but is not limited to:

Hull Plating, Side Scan, Ultrasonic Testing - Tender

Hull Plating, U/W Body, Inspect - Tender

Hull Plating, Freeboard, Ultrasonic Testing - Tender

U/W Body, Preserve, 100 percent - Tender

Hull Plating Freeboard, Preserve, Partial - Tender

Hull Plating Freeboard, Preserve, 100 Percent - Tender

Hull and Structural Plating, General, 10.2 lbs. Steel, Renew - Tender

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

Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew - Tender

Hull and Structural Plating, General, 20.4 lbs. Steel Plate, Renew - Tender

Hull and Structural Plating, General, Cracked Steel Welds, Repairs - Tender

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

Propulsion Shaft Rope Guards, Inspect

Voids, Non-Accessible, Leak Test - Tender

Voids, Non-Accessible, Internal Surfaces, Preserve

Tanks, MP Fuel Service, Clean and Inspect - Tender

Propulsion Shafting; Remove, Inspect, and Reinstall

Propulsion Shafting, Straighten

Propulsion Shafting, Optical or Laser Alignment Check

Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renew

Propulsion Shaft Bearings, External, Check Clearances

Propulsion Shaft Bearings, External, Renew

Stern Tube Interior Surfaces, Preserve, 100 Percent

Propeller s, Remove, Inspect, and Reinstall

Propeller, Minor Repairs and Reconditioning, Perform

Keel Coolers, Clean, Inspect and Hydro

Fathometer Transducer, Renew – Tender

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

Hydro and Lift - Tender

Rudder Assembly, Remove, Inspect and Reinstall

Rudders, Preserve, 100 Percent

Rudder Stock Bearings Clearances, Check

Hull Fittings (Mooring and Towing), Inspect and Test - Tender

Sewage Holding Tanks, Clean and Inspect - Tender

Grey Water Piping, Clean and Flush

Sewage Piping, Clean and Flush

Tanks, Potable Water Preserve, 100 Percent - Tender

Superstructure, Preserve, 100 Percent

Cathodic Protection, Zinc Anodes, Renew, - Tender

Dry-dock - Tender

Temporary Services, Provide - Tender

Sea Trial Performance, Support, Provide

Anti-Ventilation Underwater Hull Strakes, Installation

Flanking Rudder Foundation, Modification

Bilges, Preserve

Boat Davit Winch, Shrink Wrap

Buoy and Cargo Handling Crane, Shrink Wrap

Deck Covering, Interior, Wet and Dry, Renew

Lead Dust, Clean

Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement

WORK ITEM 50: Point of Use Potable Water Filters, Install Tender

Hull Plating, Side Scan, Ultrasonic Testing - Barge

Hull Plating, U/W Body, Inspect - Barge

Hull Plating, Freeboard, Ultrasonic Testing - Barge

Hull and Structural Plating, General, 10.2 lbs. Steel, Renew - Barge

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

Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew - Barge

Hull and Structural Plating, General, 20.4 lbs. Steel Plate, Renew - Barge

Hull and Structural Plating, General, Cracked Steel Welds, Repairs - Barge

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

Tanks, MP Fuel Stowage and Overflow, Clean and Inspect - Barge

Voids, Non-Accessible, Leak Test - Barge

Voids, Non-Accessible, Internal Surfaces, Preserve - Barge

Tanks, MP Fuel Service, Clean and Inspect - Barge

Tanks, Potable Water, Clean and Inspect - Barge

Fathometer Transducer, Renew - Barge

Tanks, Potable Water Preserve, 100 Percent - Barge

Tanks, Potable Water, Preserve, Partial - Barge

U/W Body, Preserve, 100 percent - Barge

Hull Plating Freeboard, Preserve, Partial - Barge

Hull Plating Freeboard, Preserve, 100 Percent - Barge

Cathodic Protection, Zinc Anodes, Renew - Barge

Dry-dock - Barge

Temporary Services, Provide - Barge

Sea Valves and Waster Pieces, Overhaul Or Renew - Barge

Sea Strainers, Duplex, All Sizes, Overhaul - Barge

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

Hydro and Lift - Barge

Spud Wells, Preserve - Barge

Spud Wells, Inspect - Barge

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

Towing Knee Repair

External Deck Drains, Renew 

Fuel Oil Umbilical Piping, Renew

Pilot House Visor Repair

Umbilical Stuffing Tubes, Renew.

All welding and brazing shall be accomplished by trained welders who have

been certified by the applicable regulatory code performance qualification

procedures.

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from April 18, 2023 thru June 27, 2023. (Subject to change at the discretion of the Government). USCGC HATCHET (WLIC – 75309), USCG 68B BARGE (68019).   Homeport address is 1 Ferry Road, Galveston, TX. 7550-3185.       

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

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:

Iran.N.Walker@uscg.mil or via fax to (757) 628-4628 Attn: Iran Walker/C&P2-IBCT no later than November 25, 2022 at 4:00 PM, Eastern Time.

Please provide 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, Hub Zone Small Business Concern, Service Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern.

4. Documentation Verifying Small Business Certification.

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 hold the highest officer positon 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 hold the highest officer position in the company that works at the business fulltime during 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 and 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 persona 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 manage by one or more women that make long-term decisions for the business and hold the highest officer positioning 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 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 as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture.  Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor.

SAM: Interested parties should register in 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 athttps://www.sam.gov/portal/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 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 form 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. 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; Do Not Request a Copy of the Solicitation.

After a review of the responses received, a solicitation may be published on SAM.GOV website. It is the potential offeror’s responsibility to monitor SAM.GOV for release of any future solicitation that my result from this Sources Sought Notice.  However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Contact Information

Contracting Office Address

  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA

Primary Point of Contact

Secondary Point of Contact

History