SOURCES SOUGHT
P -- Offshore Debris Removal (70x130 ft steel barge)
- Notice Date
- 8/22/2011
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-12-R-VYZ001
- Point of Contact
- Jackie A Dickson, Phone: 757-628-4108, Karen A McElheney, Phone: 757-628-4114
- E-Mail Address
-
jackie.a.dickson@uscg.mil, karen.a.mcelheney@uscg.mil
(jackie.a.dickson@uscg.mil, karen.a.mcelheney@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Shore Infrastructure Logistic Center, Norfolk, VA to identify sources capable of providing Offshore Debris Removal of a submerged barge. The barge measures approximately 135'x70' with a target height of 6' from the bottom however; during the dive survey the diver jetted down into the sand an additional 4' and was unable to locate the bottom of the barge. This makes the overall height of the barge an unknown. The highest point of the barge rests only 6" below the water's surface. The lowest point of the barge only provides 2.5' of water over the target. A portion of the side shell has deteriorated and in some cases is missing entirely. This deterioration has allowed the barge to be completely inundated with silt and heavy mud. The internal construction of the barge is also unknown. Its overall dimensions indicate that it may be an ocean going barge with substantial substructure to support the deck and hull. It is likely that removal of a large amount of sediment will be required. Cutting the barge some distance below the existing mud line is an alternative that may be considered as operations allow. Vessel removal actions shall be conducted in a manner that minimizes impacts to natural resources. During salvage and removal operations, the contractor shall be capable of cleaning a "worst-case" spill of oily residues from the vessel, such as might be present when a vessel is demolished on-site. Additionally, vessel removal actions shall be coordinated with Federal and State natural resource trustees to minimize the impact to natural, historical or cultural resources. A solicitation will be issued when funding becomes available and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The contractor shall furnish all labor, supplies, material, equipment, transportation, supervision, permits and licenses necessary to perform the service requirements. The applicable NAICS Code is 562111 (Solid Waste Collection) with a size standard of $12.5 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/. The barge wreckage was caused by Hurricanes Rita and Katrina. THIS SYNOPSIS IS FOR PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION FOR PROPOSALS. Firms submitting responses should indicate whether they are large business, small business, veteran-owned small business, small disadvantaged business, women-owned small business, or HUB Zone. ANY INTERESTED FIRM CAPABLE OF PROVIDING THESE SERVICES IS REQUESTED TO RESPOND VIA E-MAIL TO JACKIE.A.DICKSON@USCG.MIL BY 12:00 P.M (NOON) EST ON AUGUST 31, 2011 with the following documentation: Name of Company and Address, Point of Contract and Phone number, literature and capability summaries identifying, at minimum, business size, financial capability and past and/or current performance working with vessel salvage operations, working with oil containment and disposal, handling permits for hazardous and non-hazardous items, and environmental permits as deemed necessary. Experience should show work on similar contracts within the past three years together with contract numbers and applicable points of contact and current telephone numbers. In addition, contractor should provide a description of specialized equipment and personnel available for the performance of this project. Competition and set-aside decisions may be based on the results of this market research. This requirement is geographically restricted to local firms that reside in or primarily do business within the FEMA designed declared disaster area in counties and parishes for Hurricane Katrina and Rita in accordance with FAR 52.226-3 and 52-226-5. The declared disaster can be located at http://www/fema.gov/news/disasters.fema Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-606-8220. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-R-VYZ001/listing.html)
- Place of Performance
- Address: Offshore in the Gulf of Mexico., just west of Belle Pass, 29.08826 N/ 090.23512W, United States
- Record
- SN02544434-W 20110824/110822235611-88a86ad297be19ed44f7f767d729bfc3 (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 |