SOURCES SOUGHT
Z -- Maintenance of Floating Plants Along the Texas Gulf Coast
- Notice Date
- 3/22/2017
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-17-S-0015
- Archive Date
- 4/18/2017
- Point of Contact
- Traci D. Robicheaux, Phone: 4097666306
- E-Mail Address
-
traci.d.robicheaux@usace.army.mil
(traci.d.robicheaux@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Maintenance of Floating Plants, Texas Gulf Coast, Sources Sought No. W9126G-17-S-0015 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers has been tasked to solicit for and award a procurement to provide services necessary to perform Maintenance of Floating Plants along the Texas Gulf Coast. A general description of the work will include sandblasting, painting, engine services and/or replacement to include both inboards and outboards and peripheral components, annual haul-outs and other routine maintenance services for vessel ranging in size from 16 foot to 60 foot. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Economically Disadvantaged Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Commercial Services to Perform Maintenance on Floating Plants. 2. Description of Services: GENERAL: This is a non-personal services contract to provide maintenance of floating plants along the Texas Gulf Coast. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who in turn is responsible to the Government. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the maintenance of the floating plants as defined in the Description of Work except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. SCOPE SUMMARY: Haul Out, Quick Haul Out, Cleaning Vessel, Sandblasting Vessel to Bare Metal, Painting. Replace the following: Propellers, Jets, Anodes, Flooring in Cabin, Glass All Windows, Generator, Turbo, Loud Hailer System, AC Units, Outboard Lower Units, Engines, San System Inspect & Replace Rub Rails Prop Shaft Alignment Complete Engine Service Remove Transducers & Seal-Hull Remove and Reseal All Windows Clean Engine Room & Bilge Maintain Sanitation Device System Acid Wash Coolers GPS Radar/Chart Plotter System 3. NAICS Code 336611, Ship Building and Repairing 4. SB Size Standard, 1,250 employees. 5. PSC Code - Z1ED 6. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50% of the work. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about APR 2017, and the estimated bid opening date will be on or about MAY 2017. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) registration at www.sam.gov). 2. Firm's name, address, point of contact, phone number, and e-mail address. 3. Indicate whether your firm will submit a quote for this project if this project is set-aside for Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran-Owned Small Business. 4. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in work similar to the work required in paragraph 1 under Full Description above. Provide up to 3 examples of work comparable in magnitude and complexity performed within the past 3 years as a prime contractor (include brief description of the project, customer name, and dollar value of the project). The evaluation will consider overall experience. 5. State the Firm's small business category and Business Size (Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran- Owned Small Business.) 6. Firm's Joint Venture information if applicable - existing. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 a.m. Central Standard Time (CDT), 3 APR 2017. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, traci.d.robicheaux@usace.army.mil, telephone 409-766-6306. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-S-0015/listing.html)
- Place of Performance
- Address: Texas Gulf Coast (Galveston, Port Arthur, Corpus Christi, Rio Grande Valley), Galveston, Texas, 77550, United States
- Zip Code: 77550
- Zip Code: 77550
- Record
- SN04443571-W 20170324/170322234458-bbc71eb51c90b862ad3e5e0dd66771bf (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 |