Search Contract Opportunities

USCGC HUDSON (WLIC 801) FY24 DRYDOCK (DD) Availability   2

ID: 70Z085-24-R-P230020952 • Type: Sources Sought
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Sources Sought Title: DRYDOCK-REPAIRS- USCGC HUDSON (WLIC 801) DRYDOCK (DD) FY24 Availability

Notice Type: Sources Sought

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.

REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Norfolk, VA 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 maintenance to the U.S. Coast Guard Cutter, USCGC HUDSON (WLIC 801) FY24 a 160' buoy tender.

A WLIC's design limits its use to protected and inland waters. Open water transits are to be avoided whenever possible due to a significant reduction in righting arm due to rolling in sea states greater than 3.5 feet. The cutter is not crewed for continuous steaming and is normally limited to daylight transits. WLIC-160s are not crewed for continuous steaming and are normally limited to daylight transits. Due to crewing, a six-day transit is the limit of crew endurance under normal operations. A WLIC-160 is capable of transiting approximately 65 nm a day at an economical speed of 6.5 knots, assuming a ten-hour transit period each day to mitigate crew fatigue. Military considerations restrict Inland Construction Tenders to an area no greater than 400 nautical miles (nm) from the cutter's homeport and no open water transits.

It is anticipated requests for quotes will be issued approximately 16 October 2023 and the contract would be awarded around 11 November 2023.

PLACE OF PERFORMANCE: Contractor's Facility

DESCRIPTION OF WORK:

CGC HUDSON is a 160' Inland Contraction Tender home ported in Miami Beach, FL. There are approximately 68 work items in the requirement and the sampling of work items (tentative list) to be performed is listed as follows:

ITEM

DESCRIPTION

D-001 Hull Plating, Side Scan, Ultrasonic Testing

D-002 Hull Plating, U/W Body, Inspect

D-003 Hull Plating, Freeboard, Ultrasonic Testing

D-004 U/W Body, Preserve (100%)

O-005 Hull Plating Freeboard, Preserve, Partial

O-006 Hull Plating Freeboard, Preserve, 100 Percent

O-007 Hull and Structural Plating, General, 12.75 lbs. Steel Plate, Renew

O-008 Hull and Structural Plating, General, 15.3 lbs. Steel Plate, Renew

O-009 Hull And Structural Plating, General, 20.4 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 Propulsion Shaft Rope Guards, Inspect

D-013 Tanks, MP Fuel Stowage and Overflow, Clean and Inspect

D-014 Voids, Non-Accessible, Leak Test

O-015 Voids, Non-Accessible, Internal Surfaces, Preserve

D-016 Tanks, MP Fuel Service, Clean and Inspect

D-017 Tanks, Potable Water, Clean and Inspect

D-018 Voids, Accessible, Clean and Inspect

D-019 Propulsion Shaft Seals (Inflatable), Overhaul and Inflatable Renewal

D-020 Propulsion Shafting; Remove, Inspect, and Reinstall

O-021 Propulsion Shafting, Straighten

D-022 Mechanical Shaft Seal Assemblies, Renew

D-023 Propulsion Shafting, Optical or Laser Alignment Check

D-024 Propulsion Shaft Bearings, External, Check Clearances

D-025 Propulsion Stern Tube Bearings, Check Clearances

O-026 Propulsion Shaft Bearings, External, Renew

O-027 Propulsion Stern Tube Bearings, Renew

O-028 Stern Tube Interior Surfaces, Preserve, 100 Percent

D-029 Propellers, Remove, Inspect, and Reinstall

O-030 Propeller, Minor Repairs and Reconditioning, Perform

D-031 Keel Coolers, Clean, Inspect and Hydro

D-032 Fathometer Transducer, Renew

D-033 Sea Valves and Waster Pieces, Overhaul Or Renew

D-034 Rudder Assembly, Remove, Inspect And Reinstall

O-035 Rudders, Preserve, 100 Percent

D-036 Rudder Stock Bearings Clearances, Check

O-037 Rudder Stock Housing, Lower, Renew

O-038 Rudder Stock Housing, Upper, Renew

O-039 Spud Wells, Preserve

D-040 Spud Winches, Inspect & Service

D-041 Spud Wells, Inspect

O-042 Tanks, MP Fuel Service, Preserve, Partial

O-043 Tanks, MP Fuel Storage and Overflow, Preserve, Partial

O-044 Tanks, MP Fuel Storage and Overflow, Preserve 100 Percent

O-045 Tanks, Potable Water Preserve, 100 Percent

D-046 Decks Exterior (Buoy or Construction Deck), Preserve 100%

D-047 Cathodic Protection, Zinc Anodes, Renew,

D-048 Drydock

D-049 Temporary Services, Provide

D-050 Sea Trial Performance, Support, Provide

D-051 Buoy and Cargo Handling Crane, Shrink Wrap

O-052 Lead Dust, Clean

O-053 Lead-Based Paint and Asbestos-Containing Material, Perform Spot Abatement

D-054 Forward Trim Tank Repair

D-055 Forepeak Bilge, Repair

D-056 Sea Strainer, Renew

D-057 Weather Deck Repair

D-058 Main Deck Fwd Plating Repair

D-059 Stanchions, Renew

D-060 Lead-Based Paint, Perform Spot Abatement

D-061 Fan Room, Preserve

D-062 Lube Oil Storage Tank, Install

D-063 Tanks, Ballast, Clean and Inspect

D-064 Boat Davit Winch, Shrink Wrap

D-065 Exhaust Stacks Repair

D-066 Diesel Fired Hammer Lead, Preserve

D-067 Slip Resistant Sheets, Exterior Decks, Renew

D-068 Fire Prevention Requirements

ANTICIPATED PERIOD OF PERFORMANCE:

January 09, 2024 through May 18, 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: Arlene Wright @ arlene.d.wright@uscg.gov and Diego Avila @ diego.j.avila@uscg.mil no later than 1:00 PM Eastern Time August 04, 2023, with all of the following information/documentation:

Subject Line: Sources Sought Response for DRYDOCK-REPAIRS- USCGC HUDSON (WLIC 801) DD Availability

1. Company Name, Address, DUNS Number, and Unique Entity Identifier (UEI):

2. Point of Contact, Phone number, and Email address:

3. Business Size applicable to the NAICS Code (336611):

Please state which of the following applies to your company for Business Size:

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. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB);

f. Woman Owned Small Business Concern (WOSBC);

g. Small Business Concern;

h. Large Business Concern

4. A positive Statement of your intention to submit a bid for this solicitation as a prime contractor

5. Documentation Verifying Small Business Certification . Please provide the following documentation as it applies to your company:

If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA).

If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA.

If claiming SDVOSBC status, provide documentation that shows the Service Disabled 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.

If claiming VOSBC 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.

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

If claiming Woman Owned Small Business 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.

Replies should be sent by 04 August, 2023 at 1:00 pm Eastern Standard Time to: diego.j.avila@uscg.mil or Arlene.d.Wright@uscg.mil

Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted. After the determination a combined synopsis/solicitation will be posted on this website (https://www.Sam.gov/).

Primary Point of Contact:

Diego Avila

diego.j.avila@uscg.mil

Phone: (757) 628-4175

Arlene D. Wright

Arlene.d.Wright@uscg.mil

Phone: (757) 628-6404

Overview

Response Deadline
Aug. 4, 2023, 1:00 p.m. EDT Past Due
Posted
July 24, 2023, 11:01 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
20%
On 7/24/23 Surface Forces Logistics Center issued Sources Sought 70Z085-24-R-P230020952 for USCGC HUDSON (WLIC 801) FY24 DRYDOCK (DD) Availability due 8/4/23. The opportunity was issued full & open with NAICS 336611 and PSC J998.
Primary Contact
Name
Diego Avila   Profile
Phone
(757) 628-4175

Secondary Contact

Name
Arlene Wright   Profile
Phone
(757) 628-4204

Documents

Posted documents for Sources Sought 70Z085-24-R-P230020952

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought 70Z085-24-R-P230020952

Incumbent or Similar Awards

Contracts Similar to Sources Sought 70Z085-24-R-P230020952

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 70Z085-24-R-P230020952

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 70Z085-24-R-P230020952

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 2(00085)
FPDS Organization Code
7008-70Z085
Source Organization Code
100187922
Last Updated
Aug. 19, 2023
Last Updated By
diego.j.avila@uscg.mil
Archive Date
Aug. 19, 2023