Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2025 SAM #8759
SOURCES SOUGHT

F -- Emergency Response Basic Ordering Agreement

Notice Date
11/17/2025 1:20:56 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
LOG-9 NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08426RDL940001
 
Response Due
12/15/2025 11:00:00 AM
 
Archive Date
12/30/2025
 
Point of Contact
Susan B Lawson, Phone: 571-607-4231, AXEL DOODY
 
E-Mail Address
susan.b.lawson@uscg.mil, AXEL.F.DOODY@USCG.MIL
(susan.b.lawson@uscg.mil, AXEL.F.DOODY@USCG.MIL)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Coast Guard Director of Operational Logistics, Office of Procurement and Contracting, LOG-9, Norfolk, VA is conducting market research to identify sources capable of providing emergency response services for the containment, cleanup, and/or mitigation of the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, within the areas of responsibility of all U.S. Coast Guard Districts. The primary area of coverage will encompass the entire United States and its territories, including but not limited to Puerto Rico, the Virgin Islands, Guam, the Mariana Islands, and American Samoa. Contractor(s) shall be required to provide all labor, materials, equipment, transportation and supervision necessary to perform services. The applicable North American Industrial Classification Systems (NAICS) is 562910 (Remediation Services) standard size value of $25.0 M. All Interested parties should provide responses to the contact representative below by email. Please provide your capability statement to include the following information: (1) Company name, address, point of contact, phone number and e-mail address; (2) Unique Entity Identifier (UEI) Number;? (3) Company's Business Size for NAICS Code 562910, Remediation Services (4) A list of response equipment with detailed specifications (size, type, qty etc.) that your company owns and copy of commercial price list; (5) A brief summary of your response personnel, including relevant education, experience and training; (6) Past performance information for the last three years for like or similar services with Federal, State, Local Government, or Private entities, including contract numbers, points of contact with telephone numbers and description of relevant service provided, and provide an explanation of past performance issues and any corrective actions taken; (7) Primary geographic area of response, including ability to respond within 2-4 hours, and time frames provided as planning factors in the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program Guidelines. OSRO Classification Guidelines: OSRO Guidelines - December 2021.pdf ; (8) Statement that your company is registered in the System for Award Management (SAM) or a statement?acknowledging that your company will have to register in SAM if selected to be a BOA Contractor for the USCG (https://www.sam.gov ); and (9) Proof of General Liability and Automotive liability insurance coverage in the amount required by each individual state or locality. Proof of Workmen's Compensation Insurance (or its equivalent) and Marine Insurance covering liability which may be incurred under U.S. Longshoremen's and Harbor Worker's Compensation Act and the Jones Act. Acceptable proof shall be a certificate of insurance evidencing the insurance coverage in the minimum stated amounts or a signed letter of intent from an insurance company stating that, if your company is selected for a BOA, they shall provide insurance in the stated sums. Please provide sufficient details for the Government to determine whether the interested party can meet the requirements stated above. This is a sources sought notice only and does not constitute a solicitation announcement. This is not a request for proposals or quotes and in no way obligates the Government to award any contract. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals and no contract will be awarded from this announcement. This sources sought notice has been issued to survey the market and assist the USCG in determining possible sources for consideration. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. After the review of the responses to this sources sought notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this sources sought notice are not adequate responses to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought notice. Responses to this sources sought notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. The closing date and time for receipt of response is provided on the SAM.gov Sources Sought notice. E-mail responses are preferred and may be sent to Susan Lawson at Susan.B.Lawson@uscg.mil and Axel Doody at Axel.F.Doody@uscg.mil. Please indicate �BOA Sources Sought Submittal� in the subject line. Responses that do not provide the requested information cannot be used to help the Government make the appropriate acquisition decisions. The USCG will not reimburse any costs incurred by interested parties that respond to this notice. Responses to this notice will not result in automatic distribution of any future solicitation for this requirement. If a solicitation is released, it will be published on SAM.gov website at http://www.sam.gov. Interested parties are responsible for monitoring the website for additional information pertaining to this potential requirement. Interested parties must respond to any future solicitation to be considered for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6c3fb9a9844043e4b9307b3559cd6a94/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07644137-F 20251119/251117230040 (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.