- Home/
- United States/
- U S COAST GUARD USA/
- Overview
U S COAST GUARD USA Tender
U S COAST GUARD USA Tender
Costs
Summary
Uscgc Cypress (wlb-210) Drydock Repair Fy2025
Description
***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 1,300 Employees. 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 Drydock Maintenance To The U.s. Coast Guard Cutter, Uscgc Cypress (wlb-210) Fy25 A 225’ Buoy Tender. this Requirement Is For A Vessel That Is Homeported In Coast Guard District 17. It Is Anticipated That This Requirement Will Be Solicited In Accordance With Ndaa Fy 2021 Section 8820, Shipyard Provision, Section 8220, Vessel Conversion, Alteration, And Repair Projects. sec. 8220. 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. uscgc Cypress (wlb-210) Drydock Availability Fy2025. anticipated Naics Code/size Standard: The Applicable Naics Code Is336611, Ship Building And Repairing And The Size Standard Is 1,300 Employees. geographical Restriction: n/a place Of Performance:contractor’s Facility In Alaska description Of Work: this Requirement Is For The Contractor To Provide All Necessary Facilities, Materials, Equipment, Personnel, And Other Such Things Necessary To Perform Dry-dock Repairs To The U.s. Coast Guard Cutter (uscgc) Cypress (wlb-210), A 225 Foot Seagoing Buoy Tender. This Vessel’s Homeport Is At Chiniak Hwy, Kodiak Ak 99615. All Work Is To Be Performed At The Contractor’s Facility. The Required Performance Period Is 99 Days. The Performance Period Is 08 September 2025 – 16 December 2025 To Accommodate Coast Guard Cutter Operational Needs. description: This Dry Dock Will Consist Of Approximately One Hundred And Seventeen (117) Work Items, Hull Plating Ultrasonic Testing, Underwater Body Preserve, Propeller Removal And Inspect, Propulsion Shaft Removal, Inspect, And Reinstall, Rudders Remove, Inspect, Reinstall And Preserve, Construction Deck 100% Preserve, Tanks Clean And Inspect, And Boat Davit Inspect. This Is Not A New Requirement. This Is Required Maintenance. item description d-001 fire Prevention Requirements d-002 hull Plating, U/w Body, Inspect d-003 hull Plating, U/w Body, Ultrasonic Testing d-004 hull Plating, Freeboard, Ultrasonic Testing o-005 u/w Body, Preserve, 100 Percent d-006 u/w Body, Preserve, Partial, Condition A o-007 u/w Body, Preserve, Partial, Condition B o-008 u/w Body, Preserve, Partial, Condition C o-009 hull Plating Freeboard, Preserve, Partial d-010 appendages, U/w, Leak Test d-011 propulsion Shaft Fairwaters And Rope Guards, Inspect d-012 appendages, U/w, Internal, Preserve d-013 chain Lockers, Clean And Inspect d-014 voids, Non-accessible, Leak Test d-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 tanks, Ballast, Clean And Inspect d-019 voids, Accessible, Clean And Inspect d-020 tanks, Dirty Oil And Waste, Clean And Inspect d-021 hydraulically Operated Cargo Hatch, Inspect And Service d-022 main Reduction Gear, Overhaul d-023 propulsion Shafting; Remove, Inspect, And Reinstall d-024 propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal d-025 propulsion Shaft Seals, Bulkhead, Overhaul d-026 strain Gage Alignment, Check o-027 propulsion Shafting, Optical Or Laser Alignment Check o-028 propulsion Tail Shaft Sleeve, Skim Cut d-029 propulsion Shaft Bearings, External, Check Clearances o-030 propulsion Shaft Bearing, Stave Renewal o-031 stern Tube Interior Surfaces, Preserve, 100 Percent d-032 controllable Pitch Propellers, Clean And Inspect d-033 controllable Pitch Propeller, System Maintenance, Perform d-034 controllable Pitch Propeller Hub, General Maintenance With Eal, Perform d-035 controllable Pitch Propeller Hub, Remove And Reinstall d-036 sea Water System Piping, Clean And Flush d-037 heat Exchangers, Clean, Inspect And Hydro d-038 main Diesel Engine, Mde, Exhaust Piping, Commercial Clean d-039 ship Service Diesel Generator, Ssdg, Exhaust Piping, Commercial Clean d-040 ship Service Diesel Generator, Clean And Inspect d-041 emergency Diesel Generator, Clean & Inspect d-042 fathometer Transducer, General Maintenance d-043 fwd Scan Sonar Transducer, General Maintenance, Perform d-044 vent Ducts, Engine And Motor Room, All, Commercial Cleaning d-045 vent Ducts, Galley And Pantry Room, All, Commercial Cleaning d-046 vent Ducts, Laundry Exhaust, Commercial Cleaning d-047 vent Ducts, All Other, Commercial Cleaning d-048 sea Valves And Waster Pieces, Overhaul Or Renew d-049 sea Strainers, All Sizes, Renew d-050 sea Strainers, Duplex, All Sizes, Overhaul d-051 sea Strainers, Simplex, All Sizes, Clean And Inspect d-052 sea Bay, Clean And Inspect o-053 Sea Bay, Preserve 100% d-054 potable Water Pneumatic Tanks, Clean And Inspect d-055 compressed Air Receivers And System Valves, All, Clean, Inspect, Hydro And Lift d-056 rudders, Preserve, 100 Percent d-057 rudder Stock Bearings, Check Clearances d-058 rudder, Inspect And Repair d-059 rudder And Rudder Stock, Remove And Inspect o-060 rudder Bearings, Renewal d-061 thruster Units, Overhaul Fluid Change To Eal d-062 hull Fittings (weight Handling Rigging Hardware), Inspect And Test d-063 hydraulic Chain Stoppers, Inspect And Service d-064 crossdeck Winches, Inspect And Service d-065 hydraulic Inhaul Winch, Inspect And Service d-066 mechanical Chain Stoppers, Inspect And Service d-067 anchor Windlass, Inspect And Service d-068 anchor Chains And Ground Tackle, Inspect And Repair d-069 anchor Chain And Ground Tackle, Preserve d-070 anchors, Preserve d-071 hawse Pipes, Preserve d-072 warping Capstan, Inspect And Service d-073 hull Fittings (mooring And Towing), Inspect And Test d-074 single Point Davit, Inspect And Service d-075 welin Lambie Dual Point Davit Twpiv 5.0b, Inspect, Test, And Overhaul d-076 commissary Hoist, Inspect And Service d-077 buoy Crane, Appleton Eb600-60-40, Inspect And Service d-078 grey Water Holding Tanks, Clean And Inspect d-079 sewage Holding Tanks, Clean And Inspect d-080 grey Water Piping, Clean And Flush d-081 sewage Piping, Clean And Flush o-082 accessible Voids, Preserve, 100 Percent o-083 tanks, Ballast, Preserve, 100 Percent o-084 tanks, Ballast, Preserve, Partial d-085 chain Locker, Preserve, 100 Percent d-086 accessible Void(s), Preserve, Partial, o-087 tanks, Potable Water, Preserve, Partial, d-088 decks – Exterior (buoy Or Construction Deck), Preserve 100% d-089 hull Plating Freeboard (buoy Port Areas), Preserve d-090 superstructure, Preserve, Partial d-091 cathodic Protection, Zinc Anodes, Renew, d-092 impressed Current Cathodic Protection System, Inspect And Maintain d-093 impressed Current, Cathodic Protection System, Reference Cells, Renew d-094 drydock d-095 temporary Services, Provide - Cutter d-096 sea Trial Performance, Support, Provide o-097 potable Water Pump Room Deck, Preserve d-098 bilges, Preserve d-099 deck Covering, Interior, Wet And Dry, Renew d-100 space Or Component, Preserve d-101 water Tight Hatches, Internal Dc Deck And Below, Renew d-102 watertight Doors And Scuttles, External, Renew d-103 life Rail Renewal d-104 missing Handgrabs, Install d-105 sw Ballast Tank Tli, Repair d-106 fuel Oil (fo) Piping, Renew d-107 circuit Breakers, Inspect, Maintain & Test d-108 single Point Davit Ladder, Renew d-109 exterior Deck Drain, Renew d-110 shower Pan Renew d-111 boat Deck, Port And Starboard, Removable Lifeline Latches, Modify d-112 steering Gear Heat Exchanger, Modify d-113 steering System Plc, Upgrade d-114 galley Vent Ducting Modify d-115 thruster Generator, Clean & Inspect d-116 fluxgate Digital Compass System d-117 independent Nace Inspector (level 3), Provide d-118 tenting, Provide anticipated Period Of Performance: 08 September 2025 Through 16 December 2025 (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 99 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: Ou Saephanh @ Ou.t.saephanh@uscg.gov And Kiya Plummer-dantzler @ Kiya.r.plummer-dantzler@uscg.mil No Later Than 8:00 Am Pacific Time 04 April 2025, Withallof 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 Claiming8(a) Status, Provide A Copy Of Your 8(a) Certificate From Sba. b. If Claiminghubzone Status, Provide A Copy Of Your Hubzone Certificate From Sba. c. If Claimingsdvosb 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 Claimingvosbstatus, 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 Claimingedwosbstatus, 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 Claimingwoman 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 Claimingsmall 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 (november 2024). 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
Tender Id
70Z08525QIBCT0006Tender No
70Z08525QIBCT0006Tender Authority
U S COAST GUARD USA ViewPurchaser Address
-Website
beta.sam.gov