Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
SOURCES SOUGHT

V -- Husbanding Services

Notice Date
5/12/2017
 
Notice Type
Sources Sought
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS Detachment Alameda (Shore Infrastructure Logistics Center Base Support and Services), Coast Guard Island, BLDG 54C, Alameda, California, 94501, United States
 
ZIP Code
94501
 
Solicitation Number
HSCG84-17-R-D3C107
 
Point of Contact
Susan B Lawson, Phone: 510-437-5942, Jackie Dickson, Phone: 757-628-4108
 
E-Mail Address
susan.b.lawson@uscg.mil, jackie.a.dickson@uscg.mil
(susan.b.lawson@uscg.mil, jackie.a.dickson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a 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. The U.S. Coast Guard Shore Infrastructure Logistics Center intends to issue a multiple award Indefinite-Delivery, Indefinite- Quantity (IDIQ) contract in accordance with FAR Part 15 procedures, to obtain non-personal Husbanding Services for U.S. Coast Guard cutters. Husbanding services to be provided in the Caribbean, Central America, Eastern Pacific, and the Middle East at non US ports. Husbanding services consist of the following broad categories: general charter and hire, mooring or anchored utilities, force protection, communications, land transportation services, and provisions. The Contractor shall provide husbanding services which include, but are not limited to, management services, trash removal, brows, collection/holding/transfer (CHT) sewage removal and disposal, telephone services (landline and cellular), fenders, force protection, material receiving & handling, interpreters, oil booms, oily waste disposal, fresh potable water, transportation, tugs, water taxis, pilot services, line handler services, crane services, vehicle rental (sedans, vans, and buses), paint float rental, forklift services, communications, and provisions (only in instances where the Defense Logistics Agency (DLA) prime vendor contracts are not a viable source). The period of performance is anticipated to be for a one-year Base Period and 4 one-year Option Periods. The applicable North American Industry Classification System (NAICS) for these requirements is 488310, Port and Harbor Operations, with a Size Standard of $38.5 million. The corresponding Federal Supply Code (FSC) is V228, Transportation/Travel/Relocation - Travel/lodging/Recruitment: Port Operations Companies wishing to be considered for this project should send a capability statement to Susan.B.Lawson@uscg.mil and register on FedBizOps for notification. Please provide the following information to support your company's ability to perform this work: 1. A capability statement that explains what type of work your company has experience performing. Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it. If only interested in a portion, please be specific on what services identified above are applicable. Please identify in what geographical locations you can provide services. 2. Past performance in this area including: • Contract Number, type of contract • Length of contract • Customer: (Agency or business), Contact information including name, address, telephone no. & email address • Description of work • Contract Dollar Value: • Date of Award and Completion (including extensions) • Type and Extent of Subcontracting • Quality of Performance, Contract Schedule, and Customer Relations • Problems encountered and corrective action taken The solicitation will be released solely on the internet by electronic solicitation at the FBO website http://www.fbo.gov at a future date. Interested parties should register on Federal Business Opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b2387ba0f3d0b7a3a22895c8eacec8a)
 
Record
SN04507419-W 20170514/170512235544-0b2387ba0f3d0b7a3a22895c8eacec8a (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.