Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOURCES SOUGHT

P -- Removal Actions of the sunken vessel L/C Sound Developer

Notice Date
8/29/2011
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG84-11-R-VYJ007
 
Point of Contact
Dawn J Dabney, Phone: 757-628-4110, JACKIE DICKSON, Phone: 757-628-4108
 
E-Mail Address
dawn.j.dabney@uscg.mil, JACKIE.A.DICKSON@USCG.MIL
(dawn.j.dabney@uscg.mil, JACKIE.A.DICKSON@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, or Service-Disabled Veteran Owned concerns, or for Small Business. The small business size standard is $7M. The NAICS Code is 562910. The acquisition is for Removal Actions of the sunken vessel L/C Sound Developer, a 117 foot, steel hulled landing craft. The vessel is located in the Cordova Harbor, Cordova, AK. The performance period will be approximately fourteen (14) calendar days with a start date on or about October 17, 2011. The work will include, but is not limited to: 1. Remove the L/C SOUND DEVELOPER from its current location on the sea floor in Cordova Small Boat Harbor. The Coast Guard will consider removal options to include and not necessarily be limited to heavy lift operations and/or the use of internal or external flotation or a combination of each. 2. Transport the vessel to a location where shore-based resources may be used to provide pollution removal actions. 3. Once the vessel is on-shore, remove all identified sources of oil contamination to include equipment, barrels, buckets, and suspected oily slops contained in bilges and voids within the vessel and including the double bottom hull. 4. Provide proper containment and disposal of all recovered oils and oil contaminated materials. The solicitation will be issued pursuant to FAR Part 15, Contracting by Negotiation. The Coast Guard intends to award a fixed price contract resulting from the solicitation. The Government shall award a contract resulting from the solicitation to a responsive, responsible bidder whose written quote is considered most advantageous to the Government. The following factors shall be used to evaluate offers: Technical Approach, Past Performance and Price in that order of importance. In accordance with FAR 19.1305 and FAR 19.1405, if your firm is and intends to submit an offer on this acquisition, please respond via e-mail to: Jennifer.m.stock@uscg.mil, and include the following: (a) positive statement of your intent to submit a quotation for this procurement as a prime contractor (b) evidence of experience in work similar in type and scope to include contract numbers, project title, dollar amount, points of contact and phone numbers (c) past performance references with points of contacts and phone numbers At least three (3) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set-aside or SDVOSB set-aside; FAR 52.219-3, Notice of Total HUBZone Set Aside or FAR 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Set Aside will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone or SDVOSB concerns. 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. Your response is required by September 16, 2011. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone Set-Aside or Service Disabled Veteran Owned Set Aside, or Small Business Set Aside. Failure to submit information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as HUBZone Set Aside, Service Disabled Veteran Owned Set Aside, Small Business Set Aside, or on an unrestricted basis will be posted on FEDBIZOPS website at http://www.eps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG84-11-R-VYJ007/listing.html)
 
Place of Performance
Address: Cordova Harbor, Cordova Alaska, Cordova, Alaska, 99574, United States
Zip Code: 99574
 
Record
SN02553862-W 20110831/110829235722-29c82b0b7e8fdccc447c1a6f7217fae2 (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.