Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2012 FBO #3932
SOURCES SOUGHT

J -- USCG Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)

Notice Date
8/28/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG80DSIDIQRFI
 
Point of Contact
Tiffany M. Squyres, Phone: 7576284638
 
E-Mail Address
tiffany.m.squyres@uscg.mil
(tiffany.m.squyres@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Coast Guard has a need to create an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) vehicle that will encompass planned and unplanned/emergency dockside maintenance requirements for USCG 210' and 270' Medium Endurance Cutters. This posting is a request for information from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the FedBizOps website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This MATOC is intended to be a nationwide contract to encompass dockside repairs on all 210' and 270' Medium Endurance Cutters. Anticipated period of performance is for one base year and four option years. Homeports for these vessels are as follows: 1 vessel at Port Angeles, WA; 2 vessels at Warrenton, OR; 2 vessels at Cape Canaveral, FL; 2 vessel at Key West, FL; 1 vessel at Miami Beach, FL; 2 vessels at St. Petersburg, FL; 3 vessels at Boston, MA; 3 vessels at Kittery, ME; 1 vessel at Pascagoula, MS; 1 vessel at Wilmington, NC; 2 vessels at Cape May, NJ; 6 vessels at Portsmouth, VA; and 1 vessel at Galveston, TX. Under this MATOC, the Coast Guard intends to award multiple contracts and once a specific requirement is identified, individual task orders will be competed amongst the MATOC awardees. Work required under this contract will include all repairs typically completed during a routine or emergency dockside availability. Some of the work items will include: Main Diesel Engine (MDE) Exhaust Stack Uptakes, Clean; Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean; Boiler Exhaust Stack Uptakes, Commercial Clean; Potable Water Pneumatic Tanks, Clean and Inspect; Compressed Air Receivers (All), Clean, Inspect and Hydro; Steering Gear (General), Overhaul; and Single Point Davit, Inspect and Test. The USCG is requesting the following information from interested vendors. -positive statement of your interest in this procurement as a prime contractor. -DUNS number. - business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 336611 -statement verifying interest in performing dockside work regardless of vessel location. 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. Responses are preferred by 3:00 pm EST on 04 September 2012; however, they will accepted until 3:00 pm EST on 11 September 2012. Again, this is only a request for information from interested vendors. Questions may be referred to Tiffany Squyres via e-mail: tiffany.m.squyres@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80DSIDIQRFI/listing.html)
 
Record
SN02859692-W 20120830/120829001923-19fcbff984e9c0ab97c902b116a22c8f (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 |
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.