Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

P -- Vessel/Wreck debris removal and disposal services in Terrebonne Parish, LA

Notice Date
2/27/2009
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-09-R-HYZ043
 
Point of Contact
Judy S Suttles,, Phone: 757-628-4123, Michelle M Blake,, Phone: 757-628-4110
 
E-Mail Address
judy.s.suttles@uscg.mil, michelle.m.blake@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation HSCG84-09-R-HYZ043 for Vessel/Wreck debris removal and disposal services in the navigable waterways of Greater Terrebonne Parish which poses an immediate threat to navigable waterways, improved property, public health or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended, will be available on or about 20 March 2009. Vessel/Wreck debris removal and disposal services shall include all labor, materials, equipment and any other items or services applicable or appropriate to remove and dispose of same located in Bayou Terrebonne, Louisiana. The applicable NAICS code is 562111. Size Standard is $12.5 million. For the calculations of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA Small Business Size Regulation,http://sba.gov/regulations/121/. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5 Test Programs For Certain Commercial Items. The Coast Guard intends to award a fixed price contract resulting from this solicitation. Work shall commence within 10 calendar days after contractor receives authorization to proceed and complete work no later than 90 calendar days after commencement of work. The Government shall award a contract resulting from this solicitation to a responsive, responsible offeror whose written offer is considered most advantageous to the Government, both in price and other factors considered. The following factors shall be used to evaluate offers proposals and are in descending order of importance: 1) Technical Approach, 2) Corporate Experience, 3) Past Performance and, 4) Price. Factors 1-4 will be applied to determine the best value to the Government. The combined Technical Criteria (factors 1-3) shall be considered significantly more important than price (factor 4). The utilization of local businesses is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act as amended (PL 106-390) 42 U.S.C 5150 (use of local firms and individuals Sec.307). All correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-09-R-HYZ043. The closing date for this solicitation is anticipated to be on 13 April 2009, 4:30 P.M. EST. A site visit will be held on 1 April 2009. Registration will begin at 6:00 A.M. CST and departing from the registration site at approximately 6:45 A.M. CST. Interested parties are encouraged to attend to minimize risk. All parties are to meet at USCG Aids to Navigation Station, 241 Coast Guard Rd, Dulac, LA 70353. It is estimated that the site visit will take from sunrise to sunset to complete. Contractors are required to identify personnel whom will attend the site visit no later than 27 March 2009, 12:00 P.M. EST so the Government can make transportation arrangements for participants. A limit of two (2) individuals from each company is authorized. Subcontractors are encouraged to participate (limited to 1 person). Contractors are responsible for any expenses to attend the site visit. All personnel are encouraged to bring a bag lunch as time constraints and limited daylight may become a factor, in addition to informing those with any preexisting medical conditions. This requirement is 100% set-aside for small businesses and is also geographically restricted to local firms that reside in or primarily do business within the FEMA designated declared disaster areas/counties listed under Hurricane Katrina and Hurricane Rita. The declared disaster area counties can be located at http://www.fema.gov/news/disasters.fema Offers will only be accepted from local firms residing in or primarily doing business in the geographically restricted area. Contractors are encouraged to review FAR Clause 52.226-3 to determine disaster or emergency area representation requirements prior to attending site visit and/or prior to submitting an offer. The following excerpts of the representation criteria is as follows:: (a) Intentionally blank. (b) Representations. The offeror represents that it _____ does ______ does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months— (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror’s gross revenues and employed at least half of the offeror’s permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include— (1) Physical location(s) of the offeror’s permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror’s gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. All parties are encouraged to continually monitor the FedBizOpps.com website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Judy Suttles at Judy.S.Suttles@uscg.mil with a copy to Michelle.M.Blake@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=886fda90a80655e513ae281907974dc2&tab=core&_cview=1)
 
Place of Performance
Address: Terrebone Parish, LA, United States
 
Record
SN01758660-W 20090301/090227215851-886fda90a80655e513ae281907974dc2 (fbodaily.com)
 
Source
FedBizOpps 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.