SOURCES SOUGHT
J -- WTGB Class (140) Great Lakes DD IDIQ MAC
- Notice Date
- 2/19/2020 2:06:52 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z085-20-S-P45D0900
- Response Due
- 3/13/2020 11:30:00 AM
- Archive Date
- 03/28/2020
- Point of Contact
- Thao M. Ly, Phone: 5106375813, Jake M. Apolonio, Phone: 5106375416
- E-Mail Address
-
Thao.M.Ly@uscg.mil, Jake.M.Apolonio@uscg.mil
(Thao.M.Ly@uscg.mil, Jake.M.Apolonio@uscg.mil)
- Description
- ***SEE ATTACHED FOR FULL TEXT NOTICE*** This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) Determine if sources capable of satisfying the agency's requirements exists, (2) Determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) Determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Oakland, California�to identify sources capable of providing the services as listed in the attached document.� PRINCIPLE CHARACTERISTICS: This requirement includes Dry Dock repairs for multiple 140 foot WTGB (Tug, Icebreaking) and 120 foot CGB (Barge). HOMEPORT: Great Lakes Area GEOGRAPHICAL RESTRICTION:�WTGB (homeported in the Great Lakes) are restricted to the Great Lakes. CONTRACT VEHICLE: The anticipated contract vehicle is an Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Awards Contracts (MAC). PERIOD OF PERFORMANCE: The anticipated IDIQ period of performance is one (1) base year with four (4) one year options. Each project period of performance will be determined at the task order level. ***SEE ATTACHED FOR FULL TEXT NOTICE***
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5d55274c254649fbb616eb9a4951f855/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05566017-F 20200221/200219230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |