Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

Z -- IPF Ketchikan Marine Railway Enclosure - Sources Sought Notice Photos

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-15-S-P45K42
 
Archive Date
11/30/2015
 
Point of Contact
Andrew J. Northcutt, Phone: 757-441-7032
 
E-Mail Address
andrew.j.northcutt@uscg.mil
(andrew.j.northcutt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Photos of Ketchikan Marine Railway Enclosure SOURCES SOUGHT NOTICE IPF KETCHIKAN MARINE RAILWAY ENCLOSURE This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Norfolk, VA to identify sources capable of providing the following: SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary materials, equipment, services, supplies, accessories, freight, personnel/labor and other such things as necessary to design and install supplemental, removable (non-permanent), pliable and accessible exterior curtain wall/system enclosures for USCG Ketchikan's existing marine railway facility to facilitate climate control, weather proofing and environmental protection of the existing building for servicing USCG cutters during all seasons. USCG Base Ketchikan is located at 1300 Stedman Street, Ketchikan, AK 99901. Photos of the facility are attached. SCOPE OF WORK: The scope of the acquisition is for the design and installation of supplemental, removable (non-permanent), pliable and accessible exterior curtain wall/system enclosures for USCG Ketchikan's existing marine railway facility to facilitate climate control, weather proofing and environmental protection of the existing building for servicing USCG cutters during all seasons. This work will include, but is not limited to the following Work Items: Design, Frame Installation, Curtain Wall/System Fabrication/Installation, Training, Freight, Materials and Travel and Per Diem. ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for thirty-three (33) calendar days with a start date of August 17, 2015 and end date of September 18, 2015. (Subject to change at the discretion of the Government) ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 238190, Other Foundation, Structure, and Building Exterior Contractors and the size standard is $15,000,000. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Andrew.J.Northcutt@uscg.mil or via fax to (757) 628-4628 (Attn: Andrew Northcutt/C&P1-PBPL) no later than 1:00 pm on May 15, 2015, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51% of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 238190. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 238190. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 238190. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 238190. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 238190. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; 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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-15-S-P45K42/listing.html)
 
Place of Performance
Address: USCG Base Ketchikan, 1300 Stedman Street, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN03723587-W 20150509/150507234933-1a956f225f90527bc49c5bd3f5cf31cb (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.