Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOURCES SOUGHT

J -- Overhaul and Outfitting of Aids to Navigation (A/N) - Buoy Maintenance

Notice Date
9/7/2012
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
HSCG84-13-R-B13029
 
Archive Date
10/6/2012
 
Point of Contact
Emely Hagins, Phone: (510) 437-3057, Jing Liu, Phone: (510) 437-3731
 
E-Mail Address
Emely.Hagins@uscg.mil, Jing.Liu@uscg.mil
(Emely.Hagins@uscg.mil, Jing.Liu@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for HSCG84-13-R-B13029 - Buoy Maintenance The United States Coast Guard is seeking contractors interested in submitting proposals to perform the overhaul and outfitting of Aids to Navigation (A/N). This is a sources sought/market survey announcement targeting companies that can provide all necessary management, supervision, personnel, labor, materials, transportation, general and specialized equipment required to perform the overhaul and outfitting of Aids to Navigation (A/N) buoys to be delivered to U. S. Coast Guard Tongue Point Facility Astoria, Base Support Seattle, the U. S. Coast Guard Marine Safety Unit Portland, U. S. Naval Station Everett, Port of Astoria Oregon, Port of Coos Bay Oregon, Port of Newport and Port of Aberdeen Washington. The Government anticipates issuing a single solicitation resulting in the award of one Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price contract. The Government will provide a plan of anticipated buoy requirements for the upcoming quarter. Quarters begin on 1 January, 1 April, 1 July and 1 October. Should the contract begin during a quarter, the first work requirement will be for the period from the beginning of the contract to the beginning of the next quarter. The work plan will be provided 20 days prior to the beginning of each quarter. It will contain the estimated number of buoys to be overhauled and/or outfitted, by buoy classification (8X26LR, 1CR, etc.), during the upcoming quarter, the approximate date delivery will be required, and the location from which the buoys are to be picked up and delivered. The period of performance is anticipated for a base year plus four option years with an expected start date of 1 January 2013. The applicable North American Industrial Classification Code (NAICS) is 332999, All Other Miscellaneous Fabricated Metal Product 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 21 September 2012 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/HSCG84-13-R-B13029 /listing.html)
 
Place of Performance
Address: Various locations within the Oregon area, United States
 
Record
SN02873428-W 20120909/120908001806-5364b499352bb49a0f7cfe35e58a3192 (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.