Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2022 SAM #7574
SOURCES SOUGHT

J -- Chief Joseph Dam Vessel 3-13 Service and Repair

Notice Date
8/24/2022 1:20:20 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW22Q0042
 
Response Due
8/24/2022 5:00:00 AM
 
Archive Date
08/25/2022
 
Point of Contact
Shane Jervis, Phone: 2067643622
 
E-Mail Address
shane.e.jervis@usace.army.mil
(shane.e.jervis@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AWARD NOTICE Contract Award Date:�Aug 24, 2022 Contract Award Number:�W912DW22P0047 Task/Delivery Order Number: Contractor Awarded Unique Entity ID:��VGSXN5Z446L8 Contractor Awarded Name:�COASTAL AMX MARINE LLC Contractor Awarded Address:�4300 11TH AVE NW STE C, Seattle, Washington� 98107-4649 Base and All Options Value (Total Contract Value):�$33,888.25 This acquisitoin was solicited orally in accordance with FAR Part 13.106-1(c).� The response date in this notice is for SAM.gov administrative purposes only.�� POINT OF CONTACT: Contract Specialist Shane Jervis at shane.e.jervis@usace.army.mil.� The US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a non-personal service project titled: Vessel 3-13 Service and Repair, Chief Joseph Dam, WA. Proposed contract type will be a firm-fixed-price purchase order.� The North American Industry Classification System (NAICS) code for this project is 336611, Shipbuilding and Repair, and the associated small business size standard is 1,250 employees. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires service and repair for Vessel 3-13 at the Chief Joseph Dam near Bridgeport, WA.� Please see the attached draft performance work statement (PWS). REQUIREMENTS:� Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. A capability statement with which demonstrates the respondent possesses the required special qualifications, see the PWS paragraph 4.1.5 for details of the special qualifications. 4. CAGE code and UEI. 5. Firm's Joint Venture Information, if applicable. 6.� Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting: __Large Business (LB)____% __Small Business (SB)____% __Small Disadvantaged Business (SDB)____% __Woman-Owned SB (WOSB)____% __Veteran-Owned SB (VOSB)____% __Service-Disabled VOSB (SDVOSB)____% __Historically Underutilized Business Zone (HUBZone)____% 7.� Provide feedback on the draft PWS.� Specifically, please address: a. The current lead times for delivery of parts and components or if parts and components are in stock b. The estimated amount of time to complete the service and repair c. Any recommended updates or improvements to the specifications d. Any parts that are obsolete, last time buys, or being replaced by a new part number This research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals/quotes and is not to be construed as a commitment by the USACE.� All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under a sources sought announcement. The official combined synopsis/solicitation will be issued on www.SAM.gov inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 5 Aug 2022. Submit responses to the attention of Shane Jervis, Contract Specialist, by email:� shane.e.jervis@usace.army.mil� Please use the following subject line for the email �W912DW22Q0042 � CJD Vessel 3-13 Service and Repair�. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86d69fac3f774abdacd41c06d88adf47/view)
 
Place of Performance
Address: Bridgeport, WA 98813, USA
Zip Code: 98813
Country: USA
 
Record
SN06439904-F 20220826/220824230127 (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.