SOURCES SOUGHT
20 -- Fabrication and delivery of Foam-filled Steel River Buoys - Specifications
- Notice Date
- 4/28/2011
- Notice Type
- Sources Sought
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
- ZIP Code
- 94501-5100
- Solicitation Number
- HSCG84-12-PCB018
- Archive Date
- 6/3/2011
- Point of Contact
- Emely Hagins, Phone: (510) 437-3057
- E-Mail Address
-
Emely.Hagins@uscg.mil
(Emely.Hagins@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Engineering Specification No 455D Drawing No 12121D Drawing No 12120D Drawing No 12119D Drawing No 12118D Drawing No 12117C Drawing No 12116C Sources Sought for HSCG84-12-PCB018 - Foam-Filled Steel River Buoys The United States Coast Guard is seeking contractors interested in submitting proposals for the fabrication and delivery of Foam-filled Steel River Buoys to be utilized in coastal and inland navigable waters of the United States. These Aids-to Navigation (ATON) steel river buoys shall be fabricated in accordance with the following USCG specifications (attached for reference): CG Civil Engineering Drawing Numbers 121116C, 121117C, 121118D, 121119D, 121120D, 121121D and CG Ocean Engineering Specification Number 455D The steel river buoys are characterized as follows: Unlighted, radar reflective or tall type, 4th or 6th Class, Nun or Can upper body shaped, Red or Green in color and Polyurethane foam filled. This is a sources sought/market survey announcement targeting companies that can provide all necessary materials, labor, equipment, facilities and supervision to fabricate and deliver Foam-filled Steel River Buoys. The Government anticipates issuing a single solicitation resulting in the award of one Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price contract with an Economic Price Adjustments for steel and fuel. The US Coast Guard may have a requirement for first article testing and approval. Delivery terms for First Articles will be outlined based on the standard delivery time for the specific buoy type, which shall be outlined in the solicitation and resulting contract. The period of performance is anticipated for a base year plus four option years with an expected start date of 1 November 2011. The applicable North American Industrial Classification Code (NAICS) is 332313, Plate Work Manufacturing. The Small Business size standard is 500 employees. Note: A set-aside determination has not yet been made. All responsible sources are requested to submit the following: Point of contact, address, phone number, fax number and e-mail address. Interested parties should submit a brief description of their capabilities to meet the requirements along with identifying their business size. The business size shall include any applicable preference program (i.e. 8a, HUBZone, Disadvantaged, Service Disabled Veteran Owned, small business). Interested parties should provide proof of their capabilities to perform this requirement by providing a description of past contracts. Responses are requested by 19 May 2011 and may be submitted via email to emely.hagins@uscg.mil. Please address all request, comments, and questions to Ms. Emely Hagins, Contracting Specialist, (510) 437-3057, fax (510) 437-3014. THIS IS NOT A REQUEST FOR PROPOSALS. This announcement is to gain industry information in the development of the acquisition plan and in no way obligates the government. No other sources sought notice will be provided. Competition and set-aside decisions shall be based on the results of this market research. No solicitation exists at this time; therefore, please do not request a copy of the solicitation. This notice is for market research purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-12-PCB018/listing.html)
- Place of Performance
- Address: various locations, United States
- Record
- SN02435439-W 20110430/110428234356-dda52a360523bd231f927179da230a19 (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 |