SOURCES SOUGHT
Z -- Demolish Aids-To-Navigation at Johnston Atoll
- Notice Date
- 5/28/2010
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Honolulu, 300 Ala Moana Boulevard, Room 8-134, Honolulu, Hawaii, 96850-4892
- ZIP Code
- 96850-4892
- Solicitation Number
- HSCG86-10-R-PHV059
- Archive Date
- 6/5/2010
- Point of Contact
- Tammy K. Kao, Phone: (808) 535-3474
- E-Mail Address
-
Tammy.K.Kao@uscg.mil
(Tammy.K.Kao@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This notice is for market research purposes only to determine the availability and adequacy of potential sources. Upon review of the responses to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open unrestricted competition is in the Government's best interest. This does not constitute a Request for Quote or Request for Proposal. At this time NO SOLICITATION EXISTS; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The Government will not pay for any information submitted and no basis for claim against the Government shall arise as a result from a response to this Sources Sought notice or any Government use of any information provided. The government reserves the right to consider any arrangement as deemed appropriated for this procurement. The estimated value of this procurement is between $500,000 and $1,000,000. The applicable North American Industry Class System (NAICS) code is 238910 with a size standard of $14 million. Project Description: Work under this contract includes furnishing all labor, equipment, materials, and transportation to demolish and remove off-shore steel and concrete Aids-To-Navigation (AtoN) structures from the Johnston Atoll Entrance Channel and Turning Basin. Approximately ten (10) each steel or concrete pile-supported structures require removal. Typical structure consists of 3 or 4 piles in 14 to 43 feet of water. Structures sit approximately 10 feet above sea level, with additional pole or tower appurtenances. Piles require cutting at sand line or pulling. The use of explosives is not authorized. Demolition debris shall be returned to the U.S. for recycling or disposal. Johnston Atoll is completely vacated and has no support facilities, no open airport, and landing and mooring on the island is not permitted. Any interested firm capable of providing these services is requested to respond via e-mail to Tammy.K.Kao@uscg.mil with a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating its ability to perform the requested services. The documentation shall address the following: (1) A description of how you would accomplish this work. The description should be detailed enough to demonstrate your full understanding of the scope of work involved. (2) Relevant Experience to include experience in barging personnel and equipment to work in remote locations, and performing underwater cutting and demolition of steel and concrete structures. Include the contract number, project title, total contract value, date the project was completed, indication of whether your firm acted as a prime or subcontractor, percentage of the project that was completed by your company, Government/Agency/customer point of contact and current telephone number, and a brief description of how the contract relates to the requirements of this project. (3) Company Profile to include the following: Name of company and address, point of contact and phone number, DUNS number, small business designation/status claimed (e.g. small business, SDVOSB, HUBZone, 8(a), large business, etc.), available bonding capacity per contract, brief description of your company's capabilities, a brief description of the work that your company would complete on this contract, and a description of the areas of work that you would subcontract out. (4) A positive statement of your intent to submit a proposal for this solicitation as a prime contractor Any company that does not submit all the required information may not be considered capable of performing these services. Interested parties must be registered in the Central Contractor Registration (CCR). CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-866-606-8220 Please submit your capabilities statement package via e-mail to Tammy.K.Kao@uscg.mil with "Sources Sought for Solicitation Number HSCG86-10-R-PHV059" in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. RESPONSES ARE DUE NO LATER THAN 2:00 PM HST on June 4, 2010. Questions or comments regarding this notice must be submitted in writing to Tammy Kao via email at Tammy.K.Kao@uscg.mil. A synopsis may be issued in the future on FedBizOpps at www.fbo.gov. It is the potential offer's responsibility to monitor this web site for release of any future solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUH/HSCG86-10-R-PHV059/listing.html)
- Place of Performance
- Address: Johnston Atoll, Pacific Ocean, United States
- Record
- SN02163268-W 20100530/100528235255-b6d2978478e0553cea236be78ba38e22 (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 |