SOURCES SOUGHT
20 -- 210' & 270' WMEC MAST AND SUPERSTRUCTURE PRESERVATION - Specifications & Home Ports
- 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 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
- DOCKSIDEPRESERVATION
- Archive Date
- 4/12/2016
- Point of Contact
- Sarah Chambers, Phone: 7576284645
- E-Mail Address
-
sarah.b.chambers@uscg.mil
(sarah.b.chambers@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- List of ships and home ports Specifications The U.S. Coast Guard (USCG) Surface Forces Logistics Command Medium Endurance Cutter Product Line is interested in information and sources pertaining to dockside full and partial superstructure and main mast hull plating for USCG 210' and 270' A and B class Medium Endurance Cutters (MEC) at their respective homeports. Work specifications are attached to this notice as reference for the following requested information: 1) approximate period of performance to accomplish each work item, 2) approximate cost for each work item, and 3) homeports where work cannot be accomplished due to technical limitations. Ship homeports are listed on the attachment Hull Plating RFI--Homeports. All work shall be accomplished in accordance with federal, state, and local environmental regulations. This posting is a request for information from interested vendors and is issued solely for informational and planning purposes. This posting is NOT a Request for Proposals (RFP). This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the USCG is not at this time seeking proposals and will NOT accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. The USCG is requesting the following information from interested vendors: • Positive statement of your interest in this procurement as a prime contractor. • DUNS number. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 336611, Ship Building and Repairing. • Statement verifying interest in performing dockside work regardless of vessel location. • Approximate period of performance to accomplish each work item. • Approximate cost for each work item, excluding travel. • Any homeports that cannot support this type of work. Responses are preferred by 3:00 PM (EST) on 28 MARCH 2016. Again, this is ONLY A REQUEST FOR INFORMATION from interested vendors. Questions may be referred to James Rall via e-mail: james.d.rall@uscg.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/DOCKSIDEPRESERVATION/listing.html)
- Place of Performance
- Address: Various Home ports, United States
- Record
- SN04032764-W 20160228/160226234613-2db4446e3734f242b6f582927ff98395 (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 |