Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOURCES SOUGHT

V -- Water Transportation (Taxi) Services USCG Station Ketchikan, Alaska

Notice Date
4/22/2005
 
Notice Type
Sources Sought
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-06-R-6JSN001
 
Response Due
5/9/2005
 
Point of Contact
Marcus Tikotsky, Contract Specialist, Phone 510/437-3047, Fax 510/437-3014, - Marcus Tikotsky, Contract Specialist, Phone 510/437-3047, Fax 510/437-3014,
 
E-Mail Address
mtikotsky@d11.uscg.mil, mtikotsky@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: The government is seeking interested small businesses capable of providing Water Transportation Services: The contractor shall provide all personnel, equipment, tools, materials, vessel, supervision, and other services necessary to perform safe water taxi service for Coast Guard personnel and cargo between Ketchikan and LORSTA Shoal Cove located in Southeast Alaska. AS A MINIMUM the vessel must meet the following standards: Length greater than 41 feet at the waterline. Gunwale height not exceeding 7 feet above the waterline, or the vessel must posses the ability to remove the gunwale to allow for loading/unloading of cargo. No overhead obstruction that would restrict vessel from having cargo lowered onto her decks by use of a backhoe tractor or by crane. Vessel must have, as a minimum, the following operable navigational equipment: RADAR; Two GPS Receivers; Plotter; Two VHF-FM Marine Band two way radios. The vessel must have a sufficient overall speed to provide a one-way (either direction) transit leg time of less than 90 minutes between Ketchikan and Shoal Cove. The vessel must have at least 300 cubic feet of cargo space. All cargo must be transported in cargo spaces of the vessel in a fashion to ensure that cargo is not physically crushed from stacking or shifting, or damaged by water or bilge fluids. Cargo boxes cannot be stored on the weather decks. Among its cargo spaces, the vessel shall posses a heated cargo space with the ability to store at least two 3'x3'x4' (LxWxH) boxes standing upright. This cargo space must allow access for loading/unloading cargo without having to tilt the box in any way. All other cargo spaces may be unheated. Large items, such as 55-gallon drums, machinery, or bulk building materials, may be stowed on the weather decks and covered with a contractor provided tarp when it is not practical to stow these large items within the cargo spaces of the vessel. The vessel may not have a draft not exceeding 10 feet. The vessel must have an adequate gangway to allow for easy access of personnel and cargo on and off the vessel. Have an approved sanitation system for passenger use during transit. The head shall be fully enclosed with access via a lockable door. These services will be acquired under the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items which authorizes the use of simplified acquisition procedures under FAR Subpart 12 in certain acquisitions that exceed the normal simplified acquisition threshold. The solicitation when issued will be electronically Posted at www.eps.gov under vender: DHS, United States Coast Guard, Commander (fcp-2) MLCPAC, Coast Guard Island, Bldg 54, Alameda , CA 94501-5100. The NAICS code is 483114 with a size standard $5 Million. NOTICE: This action is being considered for 100 percent Small Business Set-a-side. Interested Small Business concerns should indicate their interest to the Contracting Officer, via email (mtikotsky@d11.uscg.mil) within 15 calendar days of this notice. As a minimum the following information is required: (a) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, and (b) evidence of experience in work similar in type and scope to include contract numbers, dollar amounts, point of contact and associated telephone numbers. Failure to submit all information requested will result in a contractor not being considered as an interested Small Business concern. If Small Business concerns fail to submit or show adequate interest by close of business 15 calendar days from the date of this notice, the solicitation will be issued and open to all large businesses. The actual solicitation is expected to be advertised in early June 2005. The contract start date will be 1 October 2005 through 30 September 2006 with four one-year options. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-AUG-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/FCPMLCP/HSCG89-06-R-6JSN001/listing.html)
 
Place of Performance
Address: Between Ketchikan and Shoal Cove Alaska
Zip Code: 99901
Country: USA
 
Record
SN00868894-F 20050813/050811213613 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.