Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2004 FBO #0979
SOURCES SOUGHT

R -- HUSBANDING SERVICES FOR U.S. NAVY SHIPS IN THE ISLAND PORTS OF THE HAWAIIAN ISLANDS

Notice Date
7/30/2004
 
Notice Type
Sources Sought
 
NAICS
488320 — Marine Cargo Handling
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-04-Q-PORT-OPS
 
Response Due
8/13/2004
 
Archive Date
8/28/2004
 
Point of Contact
Lambert Leong, Contract Specialist, Phone 808-473-7508, Fax 808-473-5750,
 
E-Mail Address
lambert.leong@navy.mil
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors capable of performing Husbanding Services for the U.S. Navy ships in the ports of the Hawaiian Islands as well as at anchorages in the State of Hawaii. These ports may include Nawiliwili, Kauai; Port Allen, Kauai; Hilo, Hawaii? Kailua-Kona, Hawaii; Lahaina, Maui; Kahului, Maui; Kaunakakai, Molokai; Honolulu, Oahu. Husbanding Services includes but are not limited to: making all necessary arrangements for Customs, Immigration, Agricultural Department, local Police Department, etc. to complete all port entry formalities and requirements; coordinate the ship?s procurement of fresh provisions and other subsistence items; arrange for fresh potable water; arrange for laundry services; the collection and disposal of refuse; provide sewage removal services involving the collection of Collection/Holding/Transfer (CHT) waste; removal and disposal of waste oil and aggregate water; provide pilots and pilot boats if required; tugs; linehandlers; forklift and crane services; brows; platforms; cargo drayage; ground transportation services; communication services; fuel; and water taxi services. Upon award, the contractor?s unit prices will remain in effect for the life of the contract except for any adjustments for wage increases under the Service Contract Act. The contractor will be bound by those unit prices and will be required to provide the services and equipment ordered. The contract term, if awarded, will be a base period plus two option years. The total term of the contract, including all options, will not exceed 36 months. The NAICS Code for this proposed procurement is 488390 and the annual size standard is $5 million. If adequate numbers of qualified responses are not received, the Government may consider another acquisition method. The information provided in this notice is currently being drafted and may change. Interested sources must submit a Statement of Capability (SOC), not more than five pages long using 12-point font, by August 13, 2004. The SOC shall include the following: (1) Full name and address of the firm; (2) Names of two principals to contact, including title and telephone number; (3) A statement regarding your business size (e.g. 8(a), small business, large business, hubzone, etc.); (4) Statement regarding the firm?s capability to provide Husbanding Services for various ports in the Hawaiian Islands. (5) Experience Information - include information for similar contracts (Government or commercial) currently in progress or completed within the last three years. Include the following information : (a) Contract Number and Title; (b) Name of Contracting Activity; (c) Administrative Contracting Officer?s Name and current telephone number; (d) Contracting Officer's Technical Representative or Primary Point of Contact name and current telephone number; (e) Contract Type (e.g., firm fixed price, cost plus, indefinite quantity, or combination); (f) Period of Performance (start and completion dates); (g) Contract Value per year (indicate amounts for firm fixed-price, indefinite quantity, award fee, etc. separately). The SOC must be complete and sufficiently detailed to allow the Government to determine the firm?s qualifications to perform the defined work. The contract will include provisions for minimum and maximum quantities per task order. The navy conducts RIMPAC exercises every two years. During this time, the orders for Husbanding Services may increase according to the various ships requirements as they berth at Pearl Harbor or other outer island ports. Interested parties may submit their response to Fleet & Industrial Supply Center, Pearl Harbor, Contract Division Code 200, 1942 Gaffney St., Pearl Harbor, Hawaii 96860. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This Sources Sought Synopsis is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, past performance, and experience information, and a price proposal for evaluation by the Government.
 
Place of Performance
Address: PORTS IN THE ISLANDS OF HAWAII
Country: U.S.A.
 
Record
SN00634175-W 20040801/040730212850 (fbodaily.com)
 
Source
FedBizOpps.gov 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.