Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

F -- Emergency Response Basic Ordering Agreements (BOAs) to provide for the containment, cleanup and/or mitigate the harmful effects of oils spills and hazardous substance incidents in waterways under the jurisdiction of the US Coast Guard. - Contractor Performance Assessment Report

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
70Z08420R100001
 
Archive Date
1/15/2020
 
Point of Contact
Thomas A. Auler, Phone: 7576284262, Jerry Hendricks, Phone: 757-628-4118
 
E-Mail Address
Thomas.A.Auler@uscg.mil, gerard.e.hendricks@uscg.mil
(Thomas.A.Auler@uscg.mil, gerard.e.hendricks@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor Performance Assessment Report This is a SOURCES SOUGHT NOTICE issued by the U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC) (COCO-BSS-cob-1), Norfolk, VA, to identify sources capable of providing emergency response services for the containment, cleanup, and/or mitigation of the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, within the areas of responsibility of all U.S. Coast Guard Districts; the First, Fifth, Seventh, Eighth, Ninth, Eleventh, Thirteenth, Fourteenth and Seventeenth Coast Guard Districts. The primary area of coverage will encompass the entire United States and its territories, including but not limited to Puerto Rico, the Virgin Islands, Guam, the Mariana Islands, and American Samoa. Contractor(s) shall be required to provide all labor, materials, equipment, transportation and supervision necessary to perform services. The Coast Guard intends to negotiate a Time and Material Type Basic Ordering Agreement (BOA) with environmental contractors selected as a result of this sources sought notice. No written solicitation exists; therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. Prospective contractors having the skills and capabilities necessary to perform the stated requirement are invited to provide a letter of interest and capabilities via e-mail (see primary and secondary POC for e-mail address), no later than 4:00 PM, Eastern Standard Time, December 9 th, 2019. Indicate on subject line "BOA Sources Sought Submittal". In order to be considered, prospective contractors shall submit the following information with their letter of interest: (1) Company name, address, point of contact, phone number and e-mail address; (2) D & B DUNS Number; (3) Company's Business Size for NAICS Code 562910 (4) A list of response equipment with detailed specifications (size, type, qty etc) that your company owns and copy of commercial price list (CPL); (5) A brief summary of your response personnel, including relevant education, experience and training; (6) Past performance information for the last three years for like or similar services with Federal, State, Local Government, or Private entities, including contract numbers, points of contact with telephone numbers and description of relevant service provided, and provide an explanation of past performance issues and any corrective actions taken (See attachment - Contractor Performance Assessment Report) (7) Primary geographic area of response (AOR), including ability to respond within 2-4 hours, and time frames provided as planning factors in the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program Guidelines. OSRO Classification Guidelines: https://homeport.uscg.mil/Lists/Content/Attachments/1286/Guidelines%20for%20the%20USCG%20OSRO%20Classification%20Program.pdf ; (8) Statement that your company is registered in the System for Award Management (SAM) or a statement acknowledging that your company will have to register in SAM if selected to be a BOA Contractor for the USCG ( https://www.sam.gov ); and (9) Proof of vehicular liability insurance for bodily injury in the amounts of $200,000.00 per person and $500,000.00 per occurrence, and property damage of not less than $20,000.00 per occurrence. General Liability bodily limit not less than $50,000.00 per occurrence, and Property damage not less than $1,000,000.00 per occurrence. Proof of Workmen's Compensation Insurance (or its equivalent) and Marine Insurance covering liability which may be incurred under U.S. Longshoremen's and Harbor Worker's Compensation Act and the Jones Act. Acceptable proof shall be a certificate of insurance evidencing the insurance coverage in the minimum stated amounts or a signed letter of intent from an insurance company stating that, if your company is selected for a BOA, they shall provide insurance in the stated sums. This synopsis is for information and planning purposes only and is not to be construed as 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 notice or Government use of any information provided. Contractors responding to this notice may receive a BOA package to complete if their information requested above is complete, determined they are capable of successfully performing emergency pollution response, and the USCG requires coverage in the Area of Operation that the contractors provide such services in. Contracting Office Address: Commander (COCO-BSS-COB-1) Shore Infrastructure Logistics Center 300 East Main Street Norfolk, Virginia 23510-9112 United States Primary Point of Contact: Thomas Auler Contract Specialist Thomas.A.Auler@uscg.mil Phone: (757) 628-4262 Fax: (757) 628-4135 Secondary Point of Contact: Gerard Hendricks Contracting Officer Gerard.E.Hendricks@uscg.mil Phone: (757) 628-4118 Fax: (757) 628-4135 Attachment: Contractor Performance Assessment Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/70Z08420R100001/listing.html)
 
Place of Performance
Address: Place of performance cannot be identified in advance. The primary area of coverage will encompass the entire United States and its territories, including but not limited to Puerto Rico, the Virgin Islands, Guam, the Mariana Islands, and American Samoa. Companies do not have to be capable of providing nationwide service in order to be considered., United States
 
Record
SN05492669-W 20191109/191107231128-a872f1ebe45ded2ae52cc070e566b33e (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.