SOLICITATION NOTICE
J -- LEAD AND ASBESTOS ABATEMENT - PRE-SOLICITATION NOTICE
- Notice Date
- 6/29/2015
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-15-Q-P30868
- Archive Date
- 12/31/2015
- Point of Contact
- Timothy M. Shuhart, Phone: 7576284602, Freda A. Reilly, Phone: 7576284655
- E-Mail Address
-
Timothy.M.Shuhart@uscg.mil, Freda.A.Reilly@uscg.mil
(Timothy.M.Shuhart@uscg.mil, Freda.A.Reilly@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION NOTICE PRE-SOLICITATION NOTICE: LEAD AND ASBESTOS ABATEMENT / ASSESSMENTS ON A VARIETY OF COAST GUARD CUTTERS AND BARGES The United States Coast Guard Surfaces Forces Logistics Center (SFLC) Norfolk, VA is procuring lead and asbestos abatement on a variety of Coast Guard Cutters located within the United States and territories under REQUEST FOR QUOTATION (RFQ) HSCG85-15-Q-P30868. This requirement is a Set-Aside for all Small business concerns pursuant to the Small Business Act and FAR Part 19.502-4 Multiple-award contracts and small business set-asides. All Small business concerns may submit offers, which shall be considered by the United States Coast Guard. The applicable North American Industry Classification System (NAICS) Code is 562910 for REMEDIATION SERVICES with a Size Standard of 500 employees. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. The RFQ/solicitation will be issued pursuant to FAR 12, Acquisition of Commercial Items and FAR Part 13.5, TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. The Coast Guard intends to award an IDIQ contact for up to six (6) fixed price IDIQ contracts resulting from this solicitation to responsive, responsible contractors whose written quote is considered most advantageous to the Government both in price and other factors considered. The following factors shall be used to evaluate quotations and are in descending order of importance: 1. Technical a. Technical Quality b. Past Performance 2. Price Factors 1 and 2 will be applied to determine the best value to the Government. Please note all evaluation factors other than price, when combined are significantly more important than price. A vendor without a record of relevant past performance will not be evaluated favorably or unfavorably on past performance. The RFQ/solicitation HSCG85-15-Q-P30868 will be issued on or about 10 July 2015 with a closing date for receipt of QUOTATIONS on or about 3 August 2015, 1:00 P.M. EST. The RFQ will be posted on the Governmentwide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov or https://www.fbo.gov. Please sign up for the Auto Notification Service to receive an email from Federal Business Opportunity website when an action is taken under this solicitation. No paper copies of the solicitation and/or amendments will be distributed. QUESTIONS AND REQUEST FOR DRAWINGS: All reference documents are available for viewing at 300 East Main Street Suite 600 Norfolk VA 23510-9102. Drawings will be available on CD-ROM. The CD-ROM is available free of charge to contractors upon request no later than four (4) days from the solicitation issuance. The CD-ROM (s) contain WINDOWS compliant raster/vector formats (e.g. *.DWF, etc). The last day to submit questions regarding this solicitation is on or about 28 July 2015 at 1:00pm EST. After this date further requests may not be accepted due to time constraints. Lead and asbestos abatement / assessment specification: Contractor shall provide all necessary, materials, equipment, and personnel to perform lead and asbestos abatement / assessments to a variety of U.S. Coast Guard Cutter and barges. Coast Guard Cutters and barges are located within the United States and territories. All work will be performed at vessels homepier. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Scope of Work: The scope of the acquisition is for the lead and asbestos abatement / assessments on USCG cutters and barges. This work will include, but is not limited to the following WORK ITEMS: Electrical Cable, Renew Interferences, Remove and Reinstall Contaminated Loose Gear, Dispose Ship Structures, Test for Presence of Hazardous Material Lead Dust, Clean Lead-Based Paint and Asbestos-Containing Material, Abate or Encapsulate Lead-Based Paint, Abate or Encapsulate Ship Structures, Perform ACM Condition Assessment All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. Period of Performance: The period of performance if all option years are exercised is anticipated to be for one (1) base year and four (4) option years, with a start date of 15 September 2015 and end date of 14 September 2020. SAM: (Formally known as CCR). Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606 8220. All parties are encouraged to continually monitor the Federal Business Opportunity website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-Q-P30868/listing.html)
- Place of Performance
- Address: Variety of Coast Guard Cutters located within the United States and territories, United States
- Record
- SN03779731-W 20150701/150629235049-d44a0bc87a353edcc1bffef360aabf9d (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 |