Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOURCES SOUGHT

99 -- Lead & Asbestos Remediation

Notice Date
5/20/2020 7:39:12 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520RP3079500
 
Response Due
5/27/2020 1:00:00 PM
 
Archive Date
09/28/2020
 
Point of Contact
Patrick D. Brown, Phone: 7576284588, Fax: 7576284676
 
E-Mail Address
Patrick.D.Brown@uscg.mil
(Patrick.D.Brown@uscg.mil)
 
Description
SOURCES SOUGHT NOTICE FOR LEAD, CHROMIUM, AND ASBESTOS REMEDIATION The United States Coast Guard is issuing a new sources sought notice because of the elapsed time that has transpired and to capture any market changes. If you already replied to initial sources sought notice that was posted in March 2019, please just submit an e-mail stating so and that nothing has changed. This is a SOURCES SOUGHT NOTICE/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; (3) determine the commercial practices of company's engaged in providing the needed service or supply; and (4) to meet with industry experts that are involved in lead, chromium, and asbestos remediation.� 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. REQUIREMENT: This Notice is issued by the United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC) Norfolk, VA, to identify sources capable of providing Lead and Asbestos Remediation for USCG Cutters and Barges located throughout the Continental United States and Alaska. All work will be performed at each vessel's homeport. The USCG is interested in awarding an Indefinite Quantity/Indefinite Delivery (IDIQ), Multiple Award Task Order Contract (MATOC) for Lead and Asbestos Remediation from USCG Cutters and Barges. The MATOC will contain a base year, and four (4) one-year option periods for a maximum of five (5) years. It is the USCG's intention to award six (6) contracts from the MATOC. Awardees of these contracts will be given a fair opportunity to compete against each other for Task Orders. The USCG anticipates competing among the awardees three to five Remediation Task Orders, and up to twenty (20) assessment and/or sampling Task Orders each year of this 5-year contract. (This is subject to change at the discretion of the Government). SCOPE OF WORK: The scope of this acquisition is for Lead and Asbestos Remediation from USCG Cutter and Barge Classes to include but not limited to WLI, WLIC, WLR, WYTL, WTGB of various lengths and any other such cutter that requires remediation.� See attachment 4 for a listing of anticipated cutters. The work may include, but is not limited to the following WORK ITEMS: � Interferences, Remove and Reinstall � Contaminated Loose Gear, Dispose � Ship Structures, Test for Presence of Hazardous Material � Lead Dust, Clean � Lead-Based Paint, Chromium, and Asbestos-Containing Material, Remediation or Encapsulate � Lead-Based Paint, Remediation or Encapsulate � Ship Structures, Perform ACM Condition Assessment All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 562910, Remediation Services and the size standard is 750 employees. SUBMISSION OF RESPONSE TO SOURCES SOUGHT NOTICE: 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. Submission of Response to Sources Sought Notice: � Responses shall be submitted no later than 27 May 2020 at 4:00PM EST. � Forward information regarding your Company via email: Patrick.D.Brown@uscg.mil and Timothy.M.Shuhart@uscg.mil. � Include the following information: Subject Line: Sources Sought Response for Lead & Asbestos Remediation Company Name: Address: Point of Contact: Phone number: �Email address: �DUNS Number: Business Size applicable to the NAICS Code: � Please state which of the following applies to your company: a. 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concer � Documentation Verifying Small Business Certification. Please provide the following documentation as it applies to your company: If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA). �If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA. If claiming SDVOSBC status, provide documentation that shows the Service Disabled Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 562910. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 562910. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are ""economically disadvantaged"", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 562910. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 562910. If claiming Small Business status, provide documentation to show the business is small under NAICS code 562910. STATEMENT OF PROPOSAL SUBMISSION: State how your company will perform the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. DISCLAIMER AND IMPORTANT NOTES: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/834fbe7932f349c8a1743758ea1a2dd4/view)
 
Record
SN05664813-F 20200522/200520230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.