Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
MODIFICATION

P -- VESSEL REMOVAL AND SALVAGE SERVICES

Notice Date
5/30/2006
 
Notice Type
Modification
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-06-R-HYZ102
 
Response Due
6/8/2006
 
Archive Date
6/23/2006
 
Point of Contact
Judy Suttles, Contract Specialist, Phone 757-628-4123, Fax 757-628-4134, - Marie Gilliam, Contracting Officer, Phone 757-628-4108, Fax 757-628-4134,
 
E-Mail Address
judy.s.suttles@uscg.mil, mgilliam@mlca.uscg.mil
 
Description
This is a requirement is for vessel removal and salvage services in Mississippi. The US Coast Guard Maintenance and Logistics Command Atlantic (MLCLANT) Norfolk, VA has been tasked to procure vessel removal/destruction/re-floating of vessels that were partially sunken or grounded within the wetland, woods and edge of the canal within 10 ft to 1400 ft of the coastal waterways of Mississippi. Contractor shall provide all labor, materials, equipment and any other items or services applicable or appropriate for the destruction of twelve (12) grounded and partially sunken commercial fishing vessels, nine (9) vessels located in Bayou Portage, Mississippi; two (2) vessels located in Waveland, Mississippi, and one (1) vessel located in Kiln, Mississippi. Additionally, Contractor shall provide all labor, materials, equipment and any other items or services applicable or appropriate to re-float ten (10) grounded commercial fishing vessels located in Bayou Portage, Mississippi as described in the List of Vessels table. Sample pictorial views of these areas are posted in an attachment to this requirement or at http:www.uscg.mil/mlclant/fdiv/fdiv.html under HSCG84-O6-R-HYZ102. Vessel removal actions shall be conducted in a manner that minimizes impacts to natural resources in accordance with an Army Corps of Engineers permit. During salvage and removal operations, the contractor shall be capable of cleaning a ?worst-case? spill of oily residues from the vessel, such as might be present when a vessel is demolished on-site. Additionally, vessel removal actions shall be coordinated with Federal and State natural resource trustees to minimize the impact to natural, historical or cultural resources. Contractors will be required to obtain all applicable rights of way permits; provide all applicable training to personnel; ensure the proper certification of all equipment; provide all applicable safety measures; locate and avoid all utility installations, public and private that may be impacted by their operations; avoid causing damage to all cultural and natural resources and critical habitat; and provide for observation of all other applicable State or Federal regulatory requirements. Contractor shall perform all services in accordance with OSHA regulations. Once the actual solicitation is issued, along with a technical approach to successfully re-float/salvage/remove and dispose of vessel debris within the marine environment, the successful contractor will need to demonstrate such capabilities as the ability to provide adequate equipment, trained personnel in handling hazardous waste, proper environmental permits, and knowledge of applicable laws and regulations. The solicitation will be issued using full and open competition in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5 ? Test Program for Certain Commercial Items. A firm-fixed price service type contract will be awarded to responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The period of performance will be part of the evaluation. The period of performance shall be forty-five (45) days after receipt of contract award. The NAICS code will be 562111, with a Size Standard of $11.5 Million.(For the calculation of annual receipts and number of employees, see parts 121.104 and 121.106 in SBAs Small Business Size Regulations, http://www.sba.gov/regulations/121/.) Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. You can access CCR on the Internet at www.ccr2000.com or by calling 1-800-888-227-2423. Any correspondence concerning this acquisition shall reference Request for Proposals (RFP) Number HSCG84-06-R-HYZ102. The solicitation and any subsequent amendments will be available electronically via FEDBIZOPS and on the MLCLANT Intranet Website http://www.uscg.mil.mlclant/fdiv.html on or about 24 May 2006 with a closing date for receipt of proposals by 8 June 2006. No paper copies of the solicitation and/or amendments will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from that site. If you have any questions you may contact Ms. Patty Scott at (757) 628-4107 or via e-mail at patty.g.scott@uscg.mil or Ms. Judy Suttles at (757) 628-4123 or via e-mail at judy.s.suttles@uscg.mil.
 
Place of Performance
Address: BAYOU PORTAGE, WAVELAND AND KILN, MISSISSIPPI
 
Record
SN01058930-W 20060601/060530220304 (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.