Hawaii Bids > Bid Detail

Dockside: USCGC KIMBALL DS FY24 FQ4

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159070241118015
Posted Date: Mar 29, 2024
Due Date: Apr 15, 2024
Solicitation No: 70Z08524S-KIMBALL-FY24
Source: https://sam.gov/opp/beeadf3749...
Follow
Dockside: USCGC KIMBALL DS FY24 FQ4
Active
Contract Opportunity
Notice ID
70Z08524S-KIMBALL-FY24
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2024 08:04 am EDT
  • Original Response Date: Apr 15, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Honolulu , HI 96819
    USA
Description

This requirement is for the Contractor to provide all necessary labor, services, supplies, materials, equipment power, accessories, personnel, and other things as necessary, except otherwise specified to perform dockside repairs to the USCGC KIMBALL (WMSL-756), a 418-foot National Security Cutter in accordance with the solicitation, schedule, and specifications.



Work includes, but is not limited to the following:





WORK ITEM 1: Deck Covering (Slip-Resistant), Renew



WORK ITEM 2: Tenting, Provide



WORK ITEM 3: Tanks (Potable Water), Clean and Inspect




  • Potable Water Tank 3-68-3-W

  • Potable Water Tank 3-48-4-W



WORK ITEM 4: Tanks (Potable Water), Preserve (Partial) OPTIONAL



WORK ITEM 5: Tanks (MP Fuel Service), Clean and Inspect




  • MP Fuel Service Tank 5-36-2-F

  • MP Fuel Service Tank 5-36-3-F



WORK ITEM 6: Air Conditioning Plants, Groom



WORK ITEM 7: Refrigeration Plant, System Groom



WORK ITEM 8: Refrigeration Unit Flex Hose Assemblies, Renew



WORK ITEM 9: Reverse Osmosis, System Groom



WORK ITEM 10: Potable Water Pneumatic Tanks, Clean and Inspect



WORK ITEM 11: Folding Boom Cranes, Biennial Maintenance, Perform



WORK ITEM 12: Dual Point Davit, Biennial Maintenance, Perform



WORK ITEM 13: Incinerator, Inspect, Repair and Test



WORK ITEM 14: HVAC Ducts, Modify



WORK ITEM 15: Fire Prevention, Provide



WORK ITEM 16: Temporary Services, Provide



WORK ITEM 17: Sea Trials Performance, Support, Provide



WORK ITEM 18: Air Conditioning Compressor, Renew



WORK ITEM 19: Reduction Gear & Controllable Pitch Propeller Settling Tank, Clean and Inspect





SUBMISSION of INFORMATION: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail, with subject line: SSN KIMBALL DS FY24 FQ4, Kiya Plummer-Dantzler at Kiya.R.Plummer-Dantzler@uscg.mil and Richard Rawlings at Richard.N.Rawlings@uscg.mil no later than the date identified within this notice with the following information/documentation:





1. Name of Company, Address, and Unique Entity Identification Number (UEID)



2. Point of Contact, E-Mail Address, and Phone Number



3. Business Size and applicable to the NAICS Code



a. 8(a) Small Business Concern



b. HubZone Small Business Concern



c. Service-Disabled Veteran-Owned Small Business (SDVOSB) Concern



d. Veteran-Owned Small Business (VOSB) Concern



e. Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern



f. Woman-Owned Small Business (WOSB) Concern



g. Small Business Concern



h. Large Business Concern



4. Documentation Verifying Small Business Certification



5. Statement: Statement on how you company will complete the work items 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 in similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and point of contacts to include e-mail addresses 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 in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Subpart 4.1102(a). SAM can be obtained by accessing the internet at www.sam.gov or by calling the Federal Service Desk (FSD) at 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 deciding 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. Currently no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror's responsibility to monitor the SAM.gov website for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.



To receive the technical package and drawings associated with this requirement interested firms will need to complete and sign Attach 1_DHS-110006 Non-Disclosure Agreement and provide their active Joint Certification Program (JCP) certification number. You may do so now in order to receive the drawings package immediately upon release of the Solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 08:04 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >