Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

J -- USCG Lead and Asbestos Abatement and Assessment for Cutters and Barges

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-15-Q-P30868
 
Point of Contact
Freda A. Reilly, Phone: 7576284655, Timothy M. Shuhart, Phone: 7576284602
 
E-Mail Address
Freda.A.Reilly@uscg.mil, Timothy.M.Shuhart@uscg.mil
(Freda.A.Reilly@uscg.mil, Timothy.M.Shuhart@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(NAICS CODE REVISED FROM 336611 TO 562910 REMEDIATION SERVICES) SOURCES SOUGHT NOTICE FOR LEAD AND ASBESTOS ABATEMENT This is a SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists; (2) determine if commercial items suitable to meet the agency's needs are available, or could be modified to meet the agency's requirements; and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This Notice is issued by the United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC) Norfolk, VA, to identify sources capable of providing Lead and Asbestos Abatement for USCG Cutters and Barges located throughout the Continental United States and Alaska. All work will be performed at each vessel's homeport. The USCG is interested in awarding an Indefinite Quantity/Indefinite Delivery (IDIQ), Multiple Award Task Order Contract (MATOC) for Lead and Asbestos Abatement from USCG Cutters and Barges. The MATOC will contain a base year, and four (4) one-year option periods for a maximum of five (5) years. It is the USCG's intention to award up to six (6) contracts from the MATOC, unless the Source Selection Authority (SSA) determines that award of more than 6 contracts is in the best interest of the Government. Awardees of these contracts will be given a fair opportunity to compete against each other for Task Orders. The USCG anticipates competing among the awardees three to five Abatement Task Orders, and up to twenty (20) assessment and/or sampling Task Orders each year of this 5-year contract. (This is subject to change at the discretion of the Government). SCOPE OF WORK: The scope of this acquisition is for Lead and Asbestos Abatement from USCG Cutter and Barge Classes WLI, WLIC, WLR, WYTL, WTGB of various lengths. A list of Cutters and Barges is provided as Attachment #1 to this Notice. The work may include, but is not limited to the following WORK ITEMS: • Electrical Cable, Renewal • Interferences, Remove and Reinstall • Contaminated Loose Gear, Dispose • Ship Structures, Test for Presence of Hazardous Material • Lead Dust, Clean • Lead-Based Paint and Asbestos-Containing Material, Abate or Encapsulate • Lead-Based Paint, Abate or Encapsulate • Ship Structures, Perform ACM Condition Assessment All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,000 employees. SUBMISSION OF RESPONSE TO SOURCES SOUGHT NOTICE: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Submission of Response to Sources Sought Notice: • Deadline for Receipt: NLT Thursday, 9 April 2015 at 2:00PM EST • Forward information regarding your Company via email or FAX to: Timothy.M.Shuhart@uscg.mil and Freda.A.Reilly@uscg.mil. • FAX: Number (757) 628-4628 • Include the following information: o Subject Line: Sources Sought Response for Lead & Asbestos Abatement o Company Name: o Address: o Point of Contact o Phone number: o Email address: o DUNS Number o Business Size applicable to the NAICS Code • Please state which of the following applies to your company: a. 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern • Documentation Verifying Small Business Certification. Please provide the following documentation as it applies to your company: o If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA). o If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA. o If claiming SDVOSBC status, provide documentation that shows the Service Disabled Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611. o If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. o If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million o If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. o If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. STATEMENT OF PROPOSAL SUBMISSION: State how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. PAST PERFORMANCE INFORMATION: (1) Provide a list of your experience with Lead and Asbestos Abatement similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers. Deadline for receipt: Thursday, 9 April 2015 at 2:00 PM EST. (2) Request "references" from person(s) familiar with your performance on a present or previous contract complete Attachment #2 of this Notice, the Past Performance Questionnaire (PPQ). Instructions for the completion and submission of PPQs are included in Attachment #2, and shall be submitted directly to the Contract Specialists via email: Timothy.M.Shuhart@uscg.mil and Freda.A.Reilly@uscg.mil, or facsimile at (757) 628-4628. Contractors interested in submitting a proposal for this project shall not submit PPQs. Deadline for receipt: Thursday, 9 April 2015 at 2:00 PM EST. (3) If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. (4) SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be accessed via the internet at www.sam.gov, or by calling 1-866-606-8220. DISCLAIMER AND IMPORTANT NOTES: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; 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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-Q-P30868/listing.html)
 
Place of Performance
Address: Please see: ATTACHMENT#1, IDIQ LEAD AND ASBESTOS ABATEMENT, LISTING OF USCG CUTTERS AND BARGES WITH HOMEPORTS, United States
 
Record
SN03679983-W 20150328/150326235201-f26c11f7eff73d3dc7a1505f7521c001 (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.