Hawaii Bids > Bid Detail

USCGC MIDGETT DD FY24

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159715705349154
Posted Date: Jan 31, 2023
Due Date: Feb 15, 2023
Solicitation No: 70Z08524MIDGETTDDFY24
Source: https://sam.gov/opp/8bba8222db...
Follow
USCGC MIDGETT DD FY24
Active
Contract Opportunity
Notice ID
70Z08524MIDGETTDDFY24
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
BASE ALAMEDA(00031)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Jan 31, 2023 10:47 am HST
  • Original Published Date: Jan 30, 2023 02:03 pm HST
  • Updated Response Date: Feb 15, 2023 05:00 pm HST
  • Original Response Date: Feb 15, 2023 05:00 pm HST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • 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 View Changes

This announcement is a Sources Sought Notice.  This is not a Request for Quote (RFQ) or a Request for Proposal (RFP).  This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.  The purpose of this sources sought notice is to determine interest and capability of potential businesses.  The information obtained from this notice is for market research only and will be used to determine the method of procurement including whether to set-aside the procurement for small business or other set-aside programs.



The U.S. Coast Guard (USCG), Surface Forces Logistics Center (SFLC) is seeking qualified sources to perform dry Dock repairs for the USCGC MIDGETT (WMSL-757), a 418-foot National Security Cutter home ported at Honolulu, Hawaii. The USCG is attempting to ascertain the availability of qualified sources to conduct the requisite repairs between January 3, 2024 and September 30, 2024, with a period of performance of 12 weeks.  A firm fixed price contract is anticipated for award. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,250 employees.



PLACE OF PERFORMANCE: At the Dry Dock facility of the Contractor.



GEOGRAPHICAL RESTRICTION – Due to military considerations, the dry dock repairs shall be conducted within 50 miles of the USCG homeport of Honolulu, Hawaii.



Work includes, but is not limited to the following:



WORK ITEM 1: Hull 3D, Laser Scan



WORK ITEM 2: Hull Plates (Freeboard), Inspect



WORK ITEM 3: Hull Plates (U/W Body), Inspect



WORK ITEM 4: Freeboard, Preserve (Full)



WORK ITEM 5: Superstructure, Preserve (Partial)



WORK ITEM 6: Mast, Preserve



WORK ITEM 7: Deck Covering (Slip-Resistant) Mast, Renew and Repair



WORK ITEM 8: Tenting (Mast), Provide



WORK ITEM 9: U/W Body Hull, Preserve (Full)



WORK ITEM 10: Propulsion Shaft Fairwaters and Rope Guards, Inspect



WORK ITEM 11: Chain Lockers and Sump, Preserve



WORK ITEM 12: Chain Lockers and Sump, Clean and Inspect



WORK ITEM 13: Voids (Non-Accessible), Preserve



WORK ITEM 14: Voids (Non-Accessible), Leak Test



WORK ITEM 15: Sideport Shell Door, Level 2, Inspect



WORK ITEM 16: Propulsion Shaft Alignment & Bearings (External) Clearances, Check



WORK ITEM 17: Propulsion Shaft Seals (Mechanical), Overhaul



WORK ITEM 18: Propulsion Shaft Coverings (MIL-STD-2199B), Inspect and Repair



WORK ITEM 19: Controllable Pitch Propeller Hub Assembly, General Maintenance



WORK ITEM 20: Controllable Pitch Propeller System, Perform General Maintenance



WORK ITEM 21: Doppler Speed Log Valve, Overhaul



WORK ITEM 22: Doppler Speed Log, General Maintenance



WORK ITEM 23: Seawater Strainers (All Sizes), Overhaul and Inspect



WORK ITEM 24: Sea Valves and Waster Pieces, Overhaul Or Renew



WORK ITEM 25: Cascade Orificial Resistive Device, Clean and Inspect



WORK ITEM 26: Steering Actuator, Overhaul



WORK ITEM 27: Rudder Stock Bearings, Check Clearances



WORK ITEM 28: Rudder Stock Seals, Overhaul



WORK ITEM 29: Bow Thruster Unit (General), Overhaul



WORK ITEM 30: Anchors Chains and Ground Tackles, Inspect and Preserve



WORK ITEM 31: Impressed Current Cathodic Protection System Dielectric Shield (Capastic Fairing), Renew



WORK ITEM 32: Impressed Current Cathodic Protection System, Inspect and Maintain



WORK ITEM 33: Cathodic Protection (Zincs), Renew



WORK ITEM 34: Impressed Current Cathodic Protection System Anodes, Renew



WORK ITEM 35: Impressed Current Cathodic Protection System Reference Cells, Renew



WORK ITEM 36: Drydocking, Accomplish



WORK ITEM 37: Sea Trial Performance, Support, Provide



WORK ITEM 38: Stern Ramp Rails, Modify



WORK ITEM 39: Transom Double Doors and Tow Outfits, Modify



WORK ITEM 40: Stern Door Hydraulic and Control System, Modify



WORK ITEM 41: Tenting, Provide



WORK ITEM 42: Vessel in Drydock Temporary Services, Provide



WORK ITEM 43: Fire Prevention, Provide



WORK ITEM 44: Auxiliary Seawater Piping (Availability No.2), Modify



Interested parties must submit the following:



(a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.)



(b) Capability to perform work similar to the above work items, to include availability between January 3, 2024 and September 30, 2024, with a period of performance of 12 weeks



(c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers.



Respond to Wayne.M.Gutman@uscg.mil and Marcella.V.Brown@uscg.mil by 5:00 p.m. Hawaii time on February 15, 2023.  Please insert as subject line – Sources Sought Response to 70Z08524MIDGETTDDFY24.



The Government intends to advertise a solicitation for this project in the future. At this time, a solicitation does not exist; therefore, offers shall not be accepted at this time. It is the potential Offeror's responsibility to monitor https://sam.gov/content/home for release of any future solicitation that may result from this Sources Sought Notice.








Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CG ISLAND, BUILDING 42
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >