MODIFICATION
56 -- Vegetative Burn Operations Services
- Notice Date
- 8/30/2012
- Notice Type
- Modification/Amendment
- NAICS
- 562213
— Solid Waste Combustors and Incinerators
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-12-R-VYZ088
- Point of Contact
- Jess W. Leist, Phone: 757-628-4497, Jackie A Dickson, Phone: 757-628-4108
- E-Mail Address
-
jess.w.leist@uscg.mil, jackie.a.dickson@uscg.mil
(jess.w.leist@uscg.mil, jackie.a.dickson@uscg.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Since posting of the synopsis, the set-aside category has been updated to the following: "THE SOLICITATION WILL BE 100% SET-ASIDE FOR SERVICE-DISABLED VETERANS-OWNED SMALL BUSINESS (SDVOSB) CONCERNS." The posting of the solicitation is now anticipated to be on or about 30 August 2012. The actual revised response date will be contained in the solicitation Solicitation HSCG84-12-R-VYZ088 to perform the burning of all vegetated debris using the air curtain technology and associated disposal services. The contractor shall only burn eligible debris that has been segregated for burning at the relevant WSMTS by the removal contractor as directed by the USCG and IAW the LADEQ Waste Stream Management Transfer Site (WSMTS) Plan. Burning operations may take place concurrently with removal operations, or may be undertaken after conclusion of removal operations, based on USCG operational decisions. A WSMTS may service more than a single waterway, or may service only a portion of an individual waterway in various waterways of Acadia, Accension, Assumption, Calcasieu, Cameron, Iberville, Jefferson Davis, Livingston, St. James, St John the Baptist, St. Tammany and Tangipahoa Parishes located in Louisiana which poses an immediate threat to navigable waterways, improved property, public health or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended, will be available on or about 31 July 2012. Light Debris removal services shall include all labor, materials, equipment and any other items or services applicable or appropriate to remove the light debris located in the Parishes referenced above. The applicable North American Industry Classification Standard (NAICS) code is 562213 Solid Waste Combustors and Incinerators with a size standard of $12.5 million. This requirement will be identified as Vegetative Burn Operations Services. For the calculations of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA Small Business Size Regulation, http://sba.gov/regulations/121/. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items. The utilization of local businesses is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act as amended (PL 106-390) 42 U.S.C 5150 (use of local firms and individuals Sec.307). All correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-12-R-VYZ088. The closing date for this solicitation is anticipated to be on 16 August 2012, 4:00PM EST. This requirement is 100% set-aside for Small Businesses and is also geographically restricted to local firms that reside in or primarily do business within the FEMA designated declared disaster areas/counties listed under Hurricane Katrina. The declared disaster area counties can be located at http://www.fema.gov/news/disasters.fema Offers will only be accepted from local firms residing in or primarily doing business in the geographically restricted area and who's offer include validated evidence which fulfill Stafford Act criteria for determining local area representation requirements. Contractors are encouraged to review FAR Clause 52.226-3 to determine disaster or emergency area representation requirements prior to submitting an offer. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. All parties are encouraged to continually monitor the FedBizOpps.com website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Jess Leist at jess.w.leist@uscg.mil with a copy to Jackie.a.dickson@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-R-VYZ088/listing.html)
- Place of Performance
- Address: Burning operations may take place concurrently with removal operations, or may be undertaken after conclusion of removal operations, based on USCG operational decisions. A WSMTS may service more than a single waterway, or may service only a portion of an individual waterway in various waterways of Acadia, Accension, Assumption, Calcasieu, Cameron, Iberville, Jefferson Davis, Livingston, St. James, St John the Baptist, St. Tammany and Tangipahoa Parishes located in Louisiana, Louisiana, United States
- Record
- SN02863373-W 20120901/120831001724-c3217061a093af2428d5621c02e33b4f (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 |