SOURCES SOUGHT
J -- USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
- Notice Date
- 7/24/2025 11:53:44 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08525PR250001871B
- Response Due
- 7/25/2025 12:01:00 PM
- Archive Date
- 07/25/2025
- Point of Contact
- Ou Saephanh, Kiya Plummer-Dantzler
- E-Mail Address
-
Ou.T.Saephanh@uscg.mil, kiya.R.Plummer-Dantzler@uscg.mil
(Ou.T.Saephanh@uscg.mil, kiya.R.Plummer-Dantzler@uscg.mil)
- 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. **********THIS IS A REVISION TO THE ORIGINAL SOURCES SOUGHT NOTICE POSTED ON 03 APRIL 2025, 21 JULY 2025, and 24 JULY 2025***** 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. However, offers may be considered from vendors outside of District 17. USCGC CYPRESS (WLB-210) DRYDOCK AVAILABILITY FY2025. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. PLACE OF PERFORMANCE: Contractor�s Facility 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 98 days. The performance period is 29 September 2025 � 05 January 2026 to accommodate Coast Guard cutter operational needs. Description: This Dry Dock will consist of approximately one hundred and eleven (111) 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. Note: Work items may change during the solicitation phases. ITEM DESCRIPTION D-001 Fire Prevention Requirements NSP D-002 Hull Plating, U/W Body, Inspect JOB D-003 Hull Plating, U/W Body, Ultrasonic Testing JOB D-004 Hull Plating, Freeboard, Ultrasonic Testing JOB D-005 U/W Body, Preserve, Partial, Condition A JOB D-006 U/W Body, Preserve, Partial, Condition B JOB D-007 U/W Body, Preserve, Partial, Condition C JOB D-008 Hull Plating Freeboard, Preserve, Partial JOB D-009 Appendages, U/W, Leak Test JOB D-010 Propulsion Shaft Fairwaters And Rope Guards, Inspect JOB D-011 Appendages, U/W, Internal, Preserve JOB D-012 Chain Lockers, Clean and Inspect JOB D-013 Voids, Non-Accessible, Leak Test JOB D-014 Voids, Non-Accessible, Internal Surfaces, Preserve JOB D-015 Tanks, MP Fuel Service, Clean and Inspect JOB D-016 Tanks, Potable Water, Clean and Inspect JOB D-017 Tanks, Ballast, Clean and Inspect JOB D-018 Voids, Accessible, Clean and Inspect JOB D-019 Tanks, Dirty Oil and Waste, Clean and Inspect JOB D-020 Hydraulically Operated Cargo Hatch, Inspect and Service JOB D-021 Propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal JOB D-022 Propulsion Shaft Seals, Bulkhead, Overhaul JOB D-023 Strain Gage Alignment, Check JOB D-024 Propulsion Shaft Bearings, External, Check Clearances JOB O-025 Propulsion Shaft Bearing, Stave Renewal JOB D-026 Controllable Pitch Propellers, Clean and Inspect JOB D-027 Controllable Pitch Propeller, System Maintenance, Perform JOB D-028 Controllable Pitch Propeller Hub, General Maintenance with EAL, Perform JOB D-029 Main Reduction Gear, Shaft End NDT JOB D-030 Controllable Pitch Propellers, Remove and Reinstall JOB D-031 Sea Water System Piping, Clean and Flush JOB D-032 Heat Exchangers, Clean, Inspect And Hydro JOB D-033 Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean JOB D-034 Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean JOB D-035 Emergency Diesel Generator, Clean & Inspect JOB D-036 Fathometer Transducer, General Maintenance JOB D-037 Vent Ducts, Engine And Motor Room, All, Commercial Cleaning JOB D-038 Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning JOB D-039 Vent Ducts, Laundry Exhaust, Commercial Cleaning JOB D-040 Vent Ducts, All Other, Commercial Cleaning JOB D-041 Sea Valves and Waster Pieces, Overhaul Or Renew JOB D-042 Sea Strainers, All Sizes, Renew JOB D-043 Sea Strainers, Duplex, All Sizes, Overhaul JOB D-044 Sea Strainers, Simplex, All Sizes, Clean and Inspect JOB D-045 Sea Bay, Clean and Inspect JOB O-046 Sea Bay, Preserve 100% JOB D-047 Potable Water Pneumatic Tanks, Clean and Inspect JOB D-048 Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift JOB D-049 Rudders, Preserve, 100 Percent JOB D-050 Rudder Stock Bearings, Check Clearances JOB D-051 Rudder, Inspect And Repair JOB D-052 Rudder and Rudder Stock, Remove and Inspect JOB D-053 Rudder Bearings, Renewal JOB D-054 Thruster Units, Overhaul Fluid Change to EAL JOB D-055 Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test JOB D-056 Hydraulic Chain Stoppers, Inspect And Service JOB D-057 Crossdeck Winches, Inspect and Service JOB D-058 Hydraulic Inhaul Winch, Inspect And Service JOB D-059 Mechanical Chain Stoppers, Inspect and Service JOB D-060 Anchor Windlass, Inspect and Service JOB D-061 Anchor Chains and Ground Tackle, Inspect and Repair JOB D-062 Anchor Chain and Ground Tackle, Preserve JOB D-063 Anchors, Preserve JOB D-064 Hawse Pipes, Preserve JOB D-065 Warping Capstan, Inspect and Service JOB D-066 Hull Fittings (Mooring and Towing), Inspect and Test JOB D-067 Single Point Davit, Inspect and Service JOB D-068 Welin Lambie Dual Point Davit TWPIV 5.0B, Inspect, Test, and Overhaul JOB D-069 Commissary Hoist, Inspect and Service JOB D-070 Buoy Crane, Appleton EB600-60-40, Inspect and Service JOB D-071 Grey Water Holding Tanks, Clean and Inspect JOB D-072 Sewage Holding Tanks, Clean and Inspect JOB D-073 Grey Water Piping, Clean and Flush JOB D-074 Sewage Piping, Clean and Flush JOB O-075 Accessible Voids, Preserve, 100 Percent JOB O-076 Tanks, Ballast, Preserve, Partial JOB O-077 Chain Locker, Preserve, 100 Percent JOB D-078 Accessible Void(s), Preserve, Partial, JOB 0-079 Tanks, Potable Water, Preserve, Partial, JOB D-080 Decks � Exterior (Buoy or Construction Deck), Preserve 100% JOB D-081 Hull Plating Freeboard (Buoy Port Areas), Preserve JOB O-082 Superstructure, Preserve, Partial JOB D-083 Cathodic Protection, Zinc Anodes, Renew, JOB D-084 Impressed Current Cathodic Protection System, Inspect and Maintain JOB D-085 Impressed Current, Cathodic Protection System, Reference Cells, Renew JOB D-086 Drydock JOB D-087 Temporary Services, Provide - Cutter JOB D-088 Sea Trial Performance, Support, Provide JOB D-089 Potable Water Pump Room Deck, Preserve JOB D-090 Bilges, Preserve JOB D-091 Deck Covering, Interior, Wet and Dry, Renew JOB D-092 Space or Component, Preserve JOB D-093 Water Tight Hatches, Internal DC Deck and Below, Renew JOB D-094 Watertight Doors and Scuttles, External, Renew JOB D-095 Life Rail Renewal JOB D-096 Missing Handgrabs, Install JOB D-097 SW Ballast Tank TLI, Repair JOB D-098 Fuel Oil (FO) Piping, Renew JOB D-099 Circuit Breakers, Inspect, Maintain & Test JOB D-100 Single Point Davit Ladder, Renew JOB D-101 Exterior Deck Drain, Renew JOB D-102 Shower Pan Renew JOB D-103 Boat Deck, Port and Starboard, Removable Lifeline Latches, Modify JOB D-104 Steering Gear Heat Exchanger, Modify JOB D-105 Steering System PLC, Upgrade JOB D-106 Galley Vent Ducting Modify JOB D-107 Thruster Generator, Clean & Inspect JOB D-108 Fluxgate Digital Compass System JOB D-109 Directional Control Valve, Uprade JOB D-110 Independent NACE Inspector (Level 3), Provide NSP D-111 Tenting, Provide NSP ANTICIPATED PERIOD OF PERFORMANCE: 29 September 2025 through 04 January 2026 (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 98 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 12:01 PM Pacific Time 25 June 2025, with all of 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 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 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 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 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 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. 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 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 claiming Small 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cf8b985360944a3e9de69862e1a6f521/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07523854-F 20250726/250724230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |