Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

R -- Analysis of Activities at Major U.S. Ports to Support Supply Chain Modeling - SOW For HSCG23-15-I-MSR083

Notice Date
7/14/2015
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-15-I-MSR083
 
Point of Contact
Nathan K. Dolezal, Phone: 2024753706
 
E-Mail Address
nate.dolezal@uscg.mil
(nate.dolezal@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW for HSCG23-15-I-MSR083 1. OVERVIEW The United States Coast Guard (USCG) is providing this sources sought notice for two reasons: (a) Gauge Small Business Capability Per Federal Acquisition Regulation (FAR) 19.502-2(b)(1), the USCG is trying to determine if at least two responsible small business concerns can meet the USCG's requirements as described in the attached SOW. While all interested parties may respond to this notice, the primary goal of this notice is to gauge interest and capability in small business concerns interested in competing in a future solicitation as the prime contractor. "Small business concerns", as used above, refers not only to small businesses, but also to: (i) 8(a) firms, (ii) Veteran-owned small businesses (VOSBs), (iii) Service-disabled veteran-owned small businesses (SDVOSBs), (iv) HUBZone small businesses, (v) Small Disadvantaged Businesses (SDBs), and (vi) Women-Owned Small Businesses (WOSBs). (b) Gauge Notional Pricing The USCG is seeking pricing information respective of the work detailed in the SOW. A detailed breakdown is not necessary at this time. USCG is simply looking for a rough, single, overall approximate price for the one-year potential base period and a rough, single, overall approximate price for the six-month potential option period. 2. DESCRIPTION OF INFORMATION TO BE PROVIDED. Please review the attached SOW and provide the following information in response: (a) The name of your company, (b) A point-of-contact (POC) at your company, with his or her telephone number, mailing address, and email address, (c) A brief summary of your company history relative to the SOW requirements, (d) A statement describing your company's small business size status, (e) A section of comments that address the SOW's requirements, assumptions, conditions, or contemplated approaches, (f) A section of suggestions that may encourage new, different, or innovative approaches that would result in direct cost savings to the USCG, and (g) A single overall approximate price for the base period of one year and a single overall approximate price for the option period of six months. The information above should be provided to the Contracting Officer, Mr. Nathan Dolezal, via email at nate.dolezal@uscg.mil. In the subject line of your email, please preface the subject with the phrase "SOURCES SOUGHT RESPONSE (-MSR083)" so as to ensure proper receipt. Please limit the size of your email to 5 MB. If necessary, please split your response into multiple emails that are each below the 5 MB limit. The deadline for providing the information above is Friday, July 24th, 2015, at 3 PM, Eastern Standard Time (EST). Please DO NOT provide the following information: (a) Do not submit a full proposal or offer, (b) Do not submit generic company marketing materials, (c) Do not submit questions or comments not related to this RFI, (d) Do not submit requests to be added to a mailing or distribution list, and (e) Do not respond to this notice via telephone. 3. CAPABILITIES In general, the USCG is looking for companies that have: (a) A general knowledge of operations in U.S. ports in the Atlantic, Pacific, and Gulf of Mexico coats, along with the Great Lakes and inland waterways, (b) Expertise in acquisition, compilation, and analysis of transportation data at international, national, and metropolitan levels, (c) A specialized capability to analyze economic activities and their related supply chains in major U.S. ports, (d) A capability to provide survey information on ports to identify both maritime and shore-based activities (along with the ability to analyze the inter-industry connections between the marine transportation sector and the ports), (e) The ability to support data calls and database queries to assist in USCG analyses. 4. LEGAL NOTICES While the USCG will use responses to this notice to make appropriate acquisition decisions, this notice is not a Request for Quotes (RFQ), an Invitation for Bid (IFB), or an obligation on the part of the Government to acquire any products or services. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay any cost incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party's expense. The information provided in this notice is subject to change and is not binding on the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-I-MSR083/listing.html)
 
Place of Performance
Address: Contractor's Facility (primary), with the possibility of travel to U.S. Coast Guard facilities in Washington, D.C., Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN03796215-W 20150716/150714235422-014647ca1994cb0cf976027527aa2142 (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.