Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

P -- Offshore Heavy Debris Removal Services

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-13-I-VYZ009
 
Point of Contact
Douglas Baskin, Phone: 757-628-4110, Jackie A Dickson, Phone: 757-628-4108
 
E-Mail Address
douglas.baskin@uscg.mil, jackie.a.dickson@uscg.mil
(douglas.baskin@uscg.mil, jackie.a.dickson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Shore Infrastructure Logistic Center (SILC), Norfolk, VA, to identify sources capable of providing offshore debris removal and dispose of seven (07) offshore heavy debris targets, as well as any associated sub-surface attachments, parts, pieces, or cargo related to the described debris targets. All target items are located in the Gulf of Mexico within three (3) nautical miles of the shoreline of coastal Louisiana. The heavy debris wreckage was caused by Hurricanes Rita and Katrina. Disposal of removed debris shall be in accordance with (IAW) technical exhibit. Recycled material proceeds shall be documented IAW guidance in the Performance Work Statement (PWS). Offshore Heavy Debris Targets USCG Vessel Case # USCG Target # Location/Parish Position Depth Description 4463 31N Gulf/Lafourche 29.08826 / -90.23512 8' Barge 4464 47 Gulf/Lafourche 29.08289 / -90.25818 14' Barge 4465 75 Gulf/Terrebonne 29.05936 / -90.52289 21' Barge 4466 78 Gulf/Cameron 29.67050 / -92.93792 22' Fishing Vessel 4467 30 Gulf/Lafourche 29.04637 / -90.41813 15' Barge 4468 15 Gulf/Plaquemines 29.45948 / -89.4531 11' Fishing Vessel 4469 81 Gulf/Cameron 29.72456 / -93.41579 20' Steel Container Vessel removal actions shall be conducted in a manner that minimizes impacts to natural resources. During salvage and removal operations, the contractor shall be capable of cleaning a "worst-case" spill of oily residues from the vessel, such as might be present when a vessel is demolished on-site. Additionally, vessel removal actions shall be coordinated with Federal and State natural resource trustees to minimize the impact to natural, historical or cultural resources. A solicitation will be issued when funding becomes available and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The contractor shall furnish all labor, supplies, material, equipment, transportation, supervision, permits and licenses necessary to perform the service requirements. The applicable NAICS Code is 562111 (Solid Waste Collection) with a size standard of $12.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http//www.sba.gov/regulations/121/. THIS SYNOPSIS IS FOR PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION FOR PROPOSALS. Firms submitting responses should indicate whether they are large business, small business, veteran-owned small business, small disadvantaged business, women-owned small business, or HUB Zone. ANY INTERESTED FIRM CAPABLE OF PROVIDING THESE SERVICES IS REQUESTED TO RESPOND VIA E-MAIL TO DOUGLAS.BASKIN@USCG.MIL BY 12:00 P.M (NOON) EST ON NOVEMBER 29, 2012 with the following documentation: Name of Company and Address, Point of Contract and Phone number, literature and capability summaries identifying, at minimum, business size, financial capability and past and/or current performance working with vessel salvage operations, working with oil containment and disposal, handling permits for hazardous and non-hazardous items, and environmental permits as deemed necessary. Experience should show work on similar contracts within the past three years together with contract numbers and applicable points of contact and current telephone numbers. In addition, contractor should provide a description of specialized equipment and personnel available for the performance of this project. Competition and set-aside decisions may be based on the results of this market research. This requirement is geographically restricted to local firms that reside in or primarily do business within the FEMA designed declared disaster area in counties and parishes for Hurricane Katrina and Rita in accordance with FAR 52.226-3 and 52-226-5. The declared disaster can be located at http://www/fema.gov/news/disasters.fema. Interested parties must be registered in the System for Award Management Database (SAM) as prescribed in FAR Clause 52.204-99. SAM can be by accessed by the Internet at www.sam.gov or by calling 1-866-606-8220. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be 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 or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement. 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 Douglas Baskin at douglas.baskin@uscg.mil with a copy to Jackie.a.dickson@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-13-I-VYZ009/listing.html)
 
Place of Performance
Address: All target items are located in the Gulf of Mexico within three (3) nautical miles of the shoreline of coastal Louisiana, United States., Louisiana, United States
 
Record
SN02923335-W 20121103/121101235010-e12eb71384944fe02a8bc5c2a65342cd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.