Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOURCES SOUGHT

20 -- Dockside Repairs/Lead Abatement - Package #1

Notice Date
1/28/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG85-16-Q-P45898
 
Archive Date
2/3/2016
 
Point of Contact
Pastaveia St.John, Phone: 5106375974, Natalie J. Rodriguez, Phone: 5106375965
 
E-Mail Address
pastaveia.st.john@uscg.mil, natalie.j.rodriguez@uscg.mil
(pastaveia.st.john@uscg.mil, natalie.j.rodriguez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire (PPQ) 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) Oakland, CA, to identify sources capable of providing Dockside repairs to include Lead and Asbestos Abatement for USCG MUSKINGUM. All work will be performed at each vessel's homeport, Sallisaw, OK; within an area no greater than 400 nautical miles from the cutters homeport and no open water transits. The USCG is interested in awarding a firm-fixed price dockside repairs contract to take place from approximately 28 March 2016 - 29 April 2016. Coast Guard Cutter MUSKINGUM is a 75' inland construction tender. SCOPE OF WORK: The scope of this acquisition is for dockside Repairs and Lead and Asbestos Abatement from USCG MUSKINGUM. The work may include, but is not limited to the following WORK ITEMS: • Deck covering (Interior WET/DRY) renewal with ACM abatement • Chill Water Pipe Insulation, renew • Travel and Perdiem. 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 Tuesday, 2 February 2016 at 5:00PM EST • Forward information regarding your Company via email to: Pastaveia.St.John@uscg.mil. • Email size not to exceed (NTE) 10MB. • Include the following information: o Subject Line: Sources Sought Response for dockside Repairs and 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, Ship Building and Repairing. 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, Ship Building and Repairing. 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, Ship Building and Repairing. 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, Ship Building and Repairing. o If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611, Ship Building and Repairing. 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: Tuesday, 2 February 2016 at 5:00 PM EST. (2) Request "references" from person(s) familiar with your performance on a present or previous contract complete Attachment #1 of this Notice, the Past Performance Questionnaire (PPQ). Instructions for the completion and submission of PPQs are included in Attachment #1, and shall be submitted directly to the Contract Specialists via email: Pastaveia.St.John@uscg.mil. Contractors interested in submitting a proposal for this project shall not submit PPQs. Deadline for receipt: Tuesday, 2 February 2016 at 5:00 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/HSCG85-16-Q-P45898/listing.html)
 
Place of Performance
Address: USCGC MUSKINGUM (WLR-75402) RT 4 Highway 59 South, Sallisaw, Oklahoma, 74955, United States
Zip Code: 74955
 
Record
SN04003084-W 20160130/160128234020-9b38236b40e54552cc071534ca17e5d6 (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.