SOURCES SOUGHT
F -- Oil Spill and Hazardous Substance Cleanup
- Notice Date
- 5/9/2007
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG84-07-R-100001
- Response Due
- 6/14/2007
- Description
- This is a SOURCES SOUGHT NOTICE. This notice is issued by the U.S. Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, VA, to identify sources capable of providing emergency response services for the containment, cleanup, and/or to mitigate the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, within the First, Fifth, Seventh, Eighth and Ninth Coast Guard Districts. Contractor(s) shall be required to provide all labor, materials, equipment, transportation and supervision necessary to perform services. The primary area of coverage will encompass the United States East of the Rocky Mountains, Puerto Rico and the Virgin Islands. The Coast Guard intends to negotiate a Time and Material Type Basic Ordering Agreement (BOA) with environmental contractors selected as a result of this sources sought notice. At this time, no written solicitation exists; therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. Prospective contractors having the skill and capabilities necessary to perform the stated requirement are invited to provide a letter of interest and capabilities to Commander (fcp-2), Maintenance and Logistics Command Atlantic, 300 East Main Street, Norfolk, VA 23510-9113, no later than 4:00 PM, Eastern Standard Time, May 23, 2007. In order to be considered, prospective contractors shall submit the following information with their letter of interest: (1) Proof of insurance for bodily injury in the amounts of $500,000 per occurrence/$1,000,000 aggregate and property damage in the amounts of not less than $1,000,000 per occurrence/$5,000,000 aggregate. Acceptable proof shall be a certificate of insurance evidencing the insurance coverage in the minimum stated amounts or a signed letter of intent from an insurance company stating that, if your company is selected for a BOA, they shall provide insurance in the stated sums; (2) A list of response equipment your company owns; (3) A brief resume of your response personnel, including relevant education, experience and training; (4) Past performance information for the last three years for like or similar services, including contract numbers, points of contact with telephone number and relevant information; (5) Bank information, including the name of bank, point of contact and telephone number; (6) Taxpayer Identification Number (TIN); (7) D & B DUNS Number; (8) Primary geographic area of response (AOR), including ability to respond within the time frames provided as planning factors in the U.S. Coast Guard's Oil Spill Removal Organization Classification Program. This information can be found at http://www.uscg.mil/vrp/reg/osroclass.shtml; (9) Responses should also include company name, address, point of contact, phone number and e-mail address. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought notice or Government use of any information provided.
- Place of Performance
- Address: 300 East Main Street, Norfolk, VA
- Zip Code: 23510-9113
- Country: UNITED STATES
- Zip Code: 23510-9113
- Record
- SN01290531-W 20070511/070509220629 (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 |