Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

19 -- REVERSE OSMOSIS DESALINATION PLANT

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG80-16-S-P45B39
 
Point of Contact
Magdalena Pitre, Phone: 7576284754
 
E-Mail Address
magdalena.n.pitre@uscg.mil
(magdalena.n.pitre@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the U.S. Coast Guard Surface Forces Logistics Command (SFLC), Medium Endurance Cutter Product Line (MECPL), Norfolk, VA to identify sources capable of providing all labor, materials and documentation necessary to support USCG SFLC MECPL located at 300 East Main Street, Norfolk, VA, all work will be completed at the cutters homeport at various locations and based on cutters schedule. THIS IS NOT A REQUEST FOR PROPOSALS. The U.S. Coast Guard anticipates soliciting and awarding a Firm Fixed Price contract for a Base Year plus Four Option years, if exercised by the Government, beginning upon award. The Coast Guard intends to purchase and install up to fourteen Type I and thirteen Type II Reverse Osmosis (RO) Desalination Plants within a 5 year performance period. The New RO Desalination plants will replace the existing R/O Desalination plants on board the 210' and 270' Coast Guard Cutters. The Contractor shall provide all labor, documentation, warranty, training, technical support and materials to provide and install new Reverse Osmosis Desalination plants for up to 27 designated vessels. The Contractor shall remove the existing RO Desalination plants and install the new RO Desalination plant in accordance with the Statement of Work (SOW). All materials, components, documentation, shipping, storage, services and labor (Including sub-contracted) necessary to meet the requirements herein are the responsibility of the Contractor. A solicitation will be issued on or about April 1, 2016 and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The applicable NAICS Code is 336611 (Ship Building and Repairing) with 1,250 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, https://www.sba.gov/content/small-business-size-regulations Any interested firm capable of providing these services is requested to respond via e-mail to magdalena.pitre@uscg.mil no later than eastern time 4:00 p.m., 11 March 2016 with the following documentation: 1. Name of Company and Address 2. Point of Contact and Phone number 3. Business size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned or large business) 4. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Interested parties shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Competition and set-aside decisions may be based on the results of this market research. 5. Capability Statement that demonstrates the ability to meet the requirements for fourteen Type I and thirteen Type II Reverse Osmosis (RO) Desalination Plants. Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in considering a company as not a viable source. Interested parties must be registered in the System for Award Management (SAM) 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. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG80-16-S-P45B39/listing.html)
 
Place of Performance
Address: CGC Cutters Homeport, Various Locations, United States
 
Record
SN04032300-W 20160228/160226234154-06fb32f3fdc4e20280ff695c55076503 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.