SOLICITATION NOTICE
P -- MARINE DEBRIS REMOVAL-HARRISON CTY, MS
- Notice Date
- 5/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (flp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 950, Norfolk, VA, 23510-9112, UNITED STATES
- ZIP Code
- 23510-9112
- Solicitation Number
- HSCG8407RHYV071
- Response Due
- 5/18/2007
- Point of Contact
- Belinda Trout, Contracting Specialist, Phone 757-628-4262, Fax 757-628-4135, - Belinda Trout, Contracting Specialist, Phone 757-628-4262, Fax 757-628-4135,
- E-Mail Address
-
belinda.d.trout@uscg.mil, belinda.d.trout@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation HSCG84-07-R-HYV071 for Marine Debris Removal in Harrison, County, MS for the following sites-- Arcadia Bayou, Bayou Portage (VES), Discovery Bay Harbor, Delisle Bayou (Open Water), Johnson Bayou (Open Water), Timber Ridge, Wolf River; Parker Creek (VES), LaPort Bayou (Open Water), Gulfport Industrial Seaway, Sunkist Country Club Canal, Eagle Point, Keegan Bayou, Bernard Bayou (Open Water), Biglin Bayou, 3rd Street Canal.-- will be available on this site and on Coast Guard MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html on or about May 22, 2007. Any correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-07-R-HYV071. The closing date for this solicitation will be on or about June 5, 2007. Marine debris removal services shall include all labor, materials, equipment and any other items or services applicable or appropriate to remove and dispose of debris deposited from Hurricane Katrina that poses an immediate threat to improved property, public health and/or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended. The applicable NAICS code is 562111, Size Standard is $11.5 million. (For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA?s Small Business Size Regulations, http://www.sba.gov/regulations/121/). This requirement will be issued as 100% Small Business Set-Aside. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. The Government anticipates awarding this contract as Firm Fixed Price. Work shall commence 5 days after award of contract and the estimated time to complete work is 90 days after commencement of work. All responsible sources may submit a proposal which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: -Technical Approach (most important) -Corporate Experience (less important than Technical Approach) -Past Performance (as important as Corporate Experience) -Stafford Act - Extent Employing Local Firms and Individuals (as important as Corporate and -Past Performance) -Price (least important.) A preference for local business is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (PL 106-390) 42 U.S.C. ? 5150 (Use of Local Firms and Individuals (Sec. 307)). All interested parties should continue to monitor the FedBizOpps website or the MLCLANT website at http://www.uscg.mil/mlclant/fdiv/fdiv.html for all information concerning referenced solicitation. No paper copies of the solicitation and/or amendments will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from the above sites. If technical difficulties are experienced while downloading attachments, a copy of the attachments on a computer disc may be requested via the e-mail address below. Any and all questions concerning this requirement should be submitted, in writing, to Belinda Trout at belinda.d.trout@uscg.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/FLPMLCA/HSCG8407RHYV071/listing.html)
- Place of Performance
- Address: HARRISON COUNTY, MS
- Zip Code: 39530
- Country: UNITED STATES
- Zip Code: 39530
- Record
- SN01311034-F 20070607/070606090300 (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 |