SOURCES SOUGHT
L -- MARINE CHEMIST SERVICES - Statement of Work
- Notice Date
- 12/1/2015
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- 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
- HSCG40-16-S-19004
- Archive Date
- 12/19/2015
- Point of Contact
- Jennifer Blount,
- E-Mail Address
-
jennifer.r.blount@uscg.mil
(jennifer.r.blount@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. *THIS IS NOT A REQUEST FOR QUOTE* The U.S. Coast Guard Surface Forces Logistics Center (SFLC), Patrol Boat Product Line (PBPL) is conducting market research for a requirement to procure multiple Marine Chemists to support various Coast Guard vessels. It is requested that you review Attachment 1 - Statement of Work for this requirement. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $15 mil in annual receipts. Period of Performance: It is anticipated that a (Blanket Purchase Agreement (BPA) type contract will be awarded for one (1) base year and four (4) option years. Place of Performance: At the time of RFQ release (on or about January 15, 2016), Offerors will be provided a pricing spreadsheet with the option to enter a quote on the following Coast Guard facilities of their choice for base and 4 option years: 1) IPD San Pedro (LALB) 2) IPD Yerba Buena Island 3) IPF Alameda 4) IPD New Haven 5) IPD South Weymouth 6) IPF Boston 7) IPF South Portland 8) CG YARD 9) IPF Detroit 10) IPF Sault Ste Marie 11) IPF Honolulu 12) IPD Charleston 13) IPD Jacksonville 14) IPF Miami 15) IPD Mobile 16) IPD St Louis 17) IPF New Orleans 18) IPD Cape May 19) IPD Fort Macon 20) IPF Portsmouth 21) IPF Ketchikan Quotes will be based on: 1) Unit price for each individual service call per facility for base and 4 option years. 2) Standby rate per hour. *Estimated number of calls per year, per facility is currently being finalized and will be indicated in the Request for Quote (solicitation). In accordance with FAR 19.202-2 "Locating small business sources", if your firm is a Small Business and intends to submit an offer on this acquisition please respond by e-mail no later than Friday, December 4, 2015, 4:00 pm (EST). Questions may be referred to jennifer.r.blount@uscg.mil. Your response must include: (a) your business category HUBZone, Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or Small Business; (b) a positive statement of your intention to submit a quote for this solicitation as a prime contractor; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; (d) past performance references including points of contact information and telephone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a Small Business set aside, FAR 52.219-6, Notice of Total Small Business Set-aside, will apply, which requires that your concern, including its affiliates, is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this notice. The Offeror in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. Should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a set-aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-16-S-19004/listing.html)
- Record
- SN03957755-W 20151203/151201234632-1099b0676f2d71a776ac7c05feffb861 (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 |