***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 is 336611, 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, 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.