Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SOURCES SOUGHT

F -- Emergency response Basic Ordering Agreements (BOAs) to provide for the containment, cleanup and/or to mitigate the harmful effects of oil spills and hazardous substance incidents.

Notice Date
10/25/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG84-11-R-100001
 
Point of Contact
Robert Townsend, Phone: (510) 437-3009, Tina Sondrini, Phone: (510) 437-3235
 
E-Mail Address
Robert.A.Townsend@uscg.mil, Tina.R.Sondrini@uscg.mil
(Robert.A.Townsend@uscg.mil, Tina.R.Sondrini@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This notice is issued by the U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC) (PCB-1), Norfolk, VA, to identify sources capable of providing emergency response services for the containment, cleanup, and/or to mitigate the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, within the areas of responsibility of all U.S. Coast Guard Districts; the First, Fifth, Seventh, Eighth, Ninth, Eleventh, Thirteenth, Fourteenth and Seventeenth Coast Guard Districts. Contractor(s) shall be required to provide all labor, materials, equipment, transportation and supervision necessary to perform services. The primary area of coverage will encompass the entire United States and its territories, including but not limited to Puerto Rico, the Virgin Islands, Guam, the Marianas Islands and American Samoa. The Coast Guard intends to negotiate a Time and Material Type Basic Ordering Agreement (BOA) with environmental contractors selected as a result of this sources sought notice. At this time, no written solicitation exists; therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. The solicitation, when issued, will be posted electronically at FedBizOpps (www.fbo.gov) under NAICS 562910. Prospective contractors having the skill and capabilities necessary to perform the stated requirement are invited to provide a letter of interest and capabilities (via mail or other non-electronic means) to Commander (PCB-1), Shore Infrastructure Logistics Center, 300 East Main Street, Norfolk, VA 23510-9112, no later than 4:00 PM, Eastern Standard Time, November 24, 2010. Indicate on face of envelope "BOA Sources Sought Submittal." In order to be considered, prospective contractors shall submit the following information with their letter of interest: (1) Proof of vehicular liability and general public insurance for bodily injury in the amounts of $500,000 per occurrence/$1,000,000 aggregate and property damage in the amounts of not less than $1,000,000 per occurrence/$5,000,000 aggregate. Proof of Workmen's Compensation Insurance (or its equivalent) and Marine Insurance covering liability which may be incurred under U.S. Longshoremen's and Harbor Worker's Compensation Act and the Jones Act. Acceptable proof shall be a certificate of insurance evidencing the insurance coverage in the minimum stated amounts or a signed letter of intent from an insurance company stating that, if your company is selected for a BOA, they shall provide insurance in the stated sums; (2) A list of response equipment your company owns; (3) A brief resume of your response personnel, including relevant education, experience and training; (4) Past performance information for the last three years for like or similar services, including contract numbers, points of contact with telephone number and relevant information; (5) Bank information, including the name of bank, point of contact and telephone number; (6) Taxpayer Identification Number (TIN); (7) D & B DUNS Number; (8) Primary geographic area of response (AOR), including ability to respond within the time frames provided as planning factors in the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program. OSRO Information is linked below: http://www.uscg.mil/hq/nsfweb/nsfcc/ops/ResponseSupport/RRAB/OSRODoc/OSROGuidelines2007inclusive.pdf : OSRO Classification Guidelines; http://www.uscg.mil/hq/nsfweb/nsfcc/ops/ResponseSupport/RRAB/rrabprogramoverview.asp : OSRO Classification Program Overview, with links; (9) Responses should also include company name, address, point of contact, phone number and e-mail address. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited; 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-11-R-100001/listing.html)
 
Place of Performance
Address: 300 East Main Street, Norfolk, Virginia, 23510-9112, United States
Zip Code: 23510-9112
 
Record
SN02316436-W 20101027/101025234017-8db46dc8272b79025d97b71e97bc5ba0 (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.