SOURCES SOUGHT
J -- Overhaul and Repair of USCG owned Aids to Navigation (ATON) Buoys and Parts
- Notice Date
- 2/8/2018
- Notice Type
- Sources Sought
- NAICS
- 332313
— Plate Work Manufacturing
- 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
- 70Z08418QBHQ00500
- Archive Date
- 3/3/2018
- Point of Contact
- Janet M Kodmon, Phone: 7576284962, Clenton A. Shanks, Phone: 7576284115
- E-Mail Address
-
janet.m.kodmon2@uscg.mil, clenton.a.shanks@uscg.mil
(janet.m.kodmon2@uscg.mil, clenton.a.shanks@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, Shore Infrastructure Logistic Center (SILC-COB4), Norfolk, VA to identify sources capable of providing BUOY OVERHAUL AND REPAIR SERVICES within the 1st, 5th, 11th and 13th U.S. Coast Guard Districts. These Districts will be broken into Zones as follows: Zone 1-District 13 (Primary locations include Astoria, OR, Portland, OR, Seattle, WA and Everett, WA); Zone 2-District 11(Primary locations include San Francisco, CA and San Pedro, CA); and Zone 3-District 1 and District 5 (Primary locations include Portsmouth, VA, Baltimore, MD, IPD South Weymouth, and ANT South Portland). The USCG anticipates three single awards, one at each of the Zones identified above. Anticipated Period of Performance will be a Base Period plus Four, One Year Option Periods, if exercised by the Government, with the Base Period of Performance beginning on or about August 1, 2018. The Contractor shall be able to provide all labor, materials and supervision to overhaul, upgrade and outfit buoys, which includes but is not limited to surface preparation, coating application, inspections, minor repairs, upgrading non-standard buoys to standard buoys and outfitting buoys with wiring and associated components, vent lines, whistles, bells or gongs, and gaskets. The Contractor shall also be able to transport the buoys to and from designated locations to the Contractor's facility. The applicable NAICS code is 332313 (Plate Work Manufacturing) with a size standard of 500 employees. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Any interested firm having these skills and capabilities is requested to respond via email to JANET.M.KODMON2@USCG.MIL no later than 3:00 P.M. EST / FRIDAY 2 FEBRUARY 2018. Please submit the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Name of Point of Contact, email address and phone number. 3. Business size(s) applicable to NAICS Code 332313 (from the list below, specify all that apply to your company) *8(a) Small Business *SBA-Certified HUBZone Small Business(HUBZone) *Service Disabled Vereran-Owned Small Business (SDVOSB) *Economically Disadvantaged Women-Owned Small Business (EDWOSB) *Women-Owned Small Business (WOSB) *Small Business (SB) *Large Business (LB) 4.Corporat affiliations, potential joint venture partners, teaming partners, and/or major subcontractor information must be provided with your information. 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. 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. At this time, no solicitation exists; therefore DO NOT REQUEST A COPY OF THE SOLICITIATION. No basis for claim against the Government shall arise as a result from a response to this Sources Sought. Competition and set-aside decisions may be based on the results of this market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/70Z08418QBHQ00500/listing.html)
- Place of Performance
- Address: Contractor Facilities, United States
- Record
- SN04816403-W 20180210/180208231035-de15997ad9dbc6760c18a54c87312841 (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 |