SOLICITATION NOTICE
54 -- UNITED STATES COAST GUARD RECREATIONAL BOAT TESTING AND FACTORY COMPLIANCE INSPECTION PROGRAM [RBFCP]
- Notice Date
- 8/29/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-08-R-M02002
- Archive Date
- 10/15/2008
- Point of Contact
- Cherish D Driver,, Phone: 202-475-3197, Daniel E Olsson,, Phone: 202 475 3745
- E-Mail Address
-
cherish.d.driver@uscg.mil, daniel.e.olsson@uscg.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- THIS IS A PRE-SOLICATION NOTICE (SYNOPSIS) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH; FAR PART 5.205: SPECIAL SITUATIONS AND FAR PART 19.8: CONTRACTING WITH SMALL BUSINESS ADMINISTRATION (SBA) (THE 8A PROGRAM). THIS SYNOPSIS IS ISSUED SOLELY TO GARNER INTEREST FROM THE 8(A) SMALL DISADVANTAGED BUSINESS (SDB) COMMUNITY. THIS SYNOPSIS IS RESTRICTED TO CURRENT AND ACTIVE 8(A) SDB COMPANIES. This Synopsis does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in response to this Synopsis. All costs associated with responding to this Synopsis will be solely at the responding party’s expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Synopsis. Responses to the Synopsis will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Synopsis does not preclude participation in any future Request For Proposal (RFP), when issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Synopsis and any future RFP. SCOPE: The USCG has a requirement and intends to award a 5 year [base plus 4 option year] contract to an 8(a) SDB firm that has been determined capable of providing technical and management support services in implementing its Recreational Boat Testing and Factory Compliance Inspection Program (RBFCP) for the Nation’s approximately 4,000 recreational boat manufacturers. These services shall consist of the following: (1) regular testing of recreational boats that are 20 feet or less in length, associated marine equipment, and specialized boats and equipment manufactured for sale in the U.S.; (2) periodic inspections of boat manufacturing facilities to monitor compliance with existing Federal regulations; and (3) engaging in educational outreach to recreational boat manufacturers regarding current regulations and available resources. Boats tested may be outboard (O/B), inboard (I/B), inboard/outboard (I/O), or manually powered. The USCG does not test canoes, racing boats, airboats, or catamarans. Regulations enforced through the RBFCP are defect notifications, boat identification, safe loading, safe powering, and level flotation for boats less than 20 feet in length. The RBFCP also ensure compliance with the regulations for level flotation, electrical systems, gasoline fuel systems, ventilation, start-in-gear protection, and navigation lights. Information collected from each factory inspection is recorded and maintained in the U.S. Government owned Manufacturer’s Identification Code (MIC) database. The North American Industrial Classification System (NAICS) number is 541330 and the business size standard is 500 employees. The government intends to award a contract resulting from a future solicitation (RFP) to the most responsive, responsible offeror whose proposal conforms to the solicitation, Performance Work Statement (PWS) and is the most advantageous to the government, technical, price and other factors considered. All responsible 8(a) Small Disadvantaged Business (SDB) firms may submit their interest, which shall be considered by the agency. Only technically acceptable offers will be evaluated. RESPONSES: Please submit your interest via email to Ms. Cherish Driver, Senior Contract Specialist, at Cherish.D.Driver@uscg.mil, or Daniel E. Olsson, Contracting Officer, at Daniel.E.Olsson@uscg.mil. This Synopsis will be open for a period of 30 days.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=743820b96fe5f06ee59444dffacf0316&tab=core&_cview=1)
- Place of Performance
- Address: Commandant (CG-9122A), U.S. Coast Guard Headquarters, 2100 2nd Street, S.W., Washington, District of Columbia, 20593-0001, United States
- Zip Code: 20593-0001
- Zip Code: 20593-0001
- Record
- SN01655848-W 20080831/080829222112-743820b96fe5f06ee59444dffacf0316 (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 |