Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

R -- USCG National Ballast Water Management (BWM) program - Draft Performance Work Statement (PWS) - HSCG23-17-I-MMS020

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management 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
HSCG23-17-I-MMS020
 
Point of Contact
Romeo M. Rigor, Phone: 2024753786
 
E-Mail Address
Romeo.M.Rigor@uscg.mil
(Romeo.M.Rigor@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS for RFI #: HSCG23-17-I-MMS020 1. OVERVIEW The USCG Office of Operating and Environmental Standards, Environmental Management Division (CG-OES-3) requires contractor technical and documentation support services for the USCG to operate a National Ballast Information Clearinghouse (NBIC) and to provide technical support for the USCG National Ballast Water Management (BWM) program. The USCG is contemplating the award of a Firm Fixed-Price (FFP) contract for the services discussed above. The purpose of this RFI is to provide notice of anticipated contract action and give an opportunity for offerors/vendors to make known their capability to meet contract requirements. 2. INFORMATION TO BE PROVIDED Please review the attached draft Performance Work Statement (PWS). If a contractor feels capable of providing the required supplies/services, they may submit an RFI response containing the following information: a. The name of your company; b. A technical point of contact (POC) at your company, with his or her telephone number and e-mail address; c. A statement describing your company's business size status (e.g., Large, Small, Socio-economic Category); d. Identify whether your company is currently registered in the System for Award Management (SAM) and provide your company's Data Universal Numbering System (DUNS) number; e. Identify any Strategic Sourcing Contract vehicles (e.g., GSA Schedule, DHS Strategic Sourcing Contract) your company currently has for which the effort described in the draft PWS would fall under; f. A brief summary of your company's history or experience relevant to the draft PWS requirements; g. A capability statement that addresses the draft PWS's requirements; and h. Any suggestions or comments with regard to the draft PWS. The information above should be provided to the Contract Specialist, Mr. Romeo Rigor, via e-mail at Romeo.M.Rigor@uscg.mil. Only electronic submissions will be accepted. In the subject line of your e-mail, please preface the subject with the phrase "RESPONSE TO RFI: HSCG23-17-I-MMS020" so as to ensure proper receipt. The maximum number of pages per submission shall be limited to five (5) pages. Please limit the size of your e-mail to 5 MB. If necessary, please split your response into multiple e-mails that are each below the 5 MB limit. Please DO NOT provide the following in response to this RFI: 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. Note: Telephone responses shall not be received. 3. OTHER INFORMATION The applicable North American Industry Classification System (NAICS) associated with this requirement is 541611 - Administrative Management and General Management Consulting Services. The applicable size standard for this NAICS code is $15 million. Proprietary information, if any, should be minimized and must be clearly marked. Please segregate proprietary information to aid USCG in use. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to release a solicitation based on its assessment of industry response. The USCG is not at this time seeking proposals. Furthermore, those who respond to this RFI should not anticipate feedback with regard to their submission other than acknowledgment of receipt. While the USCG will use responses to this RFI to make appropriate acquisition decisions, this RFI is not an RFP, an Invitation for Bid, or an obligation on the part of the Government to acquire any products or services. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties expense. Failing to respond to this RFI does not preclude participation or consideration of a vendor in any future RFP that may be issued. The information provided in this RFI is subject to change and is not binding on the Government. All RFI response submissions will become the property of the Federal Government, and will not be returned. The Incumbent Contractor currently performing on this effort is: Smithsonian Institution - Office of Sponsored Projects. Further information about the NBIC program can be accessed at the NBIC website: https://invasions.si.edu/nbic/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-I-MMS020/listing.html)
 
Place of Performance
Address: Contractor's facility will be the primary place of performance, with visits to the USCG Headquarters Building in Washington, D.C., United States
 
Record
SN04352501-W 20161217/161215234200-d4e7811d66760ed5048da14d989e48ca (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.