SOURCES SOUGHT
J -- Perform repairs to the M/V Spencer F. Baird (ABS A1, AMS, Survey/Fishing Vessel)
- Notice Date
- 4/11/2012
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Construction and Acquisition Division5600 American Blvd West Suite 990BloomingtonMN55437-1458US
- ZIP Code
- 00000
- Solicitation Number
- F12PS00316
- Response Due
- 5/3/2012
- Archive Date
- 6/2/2012
- Point of Contact
- JOHN STOKES
- E-Mail Address
-
john_stokes@fws.gov
(john_stokes@fws.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.The United States Fish and Wildlife Service (USFWS), Construction and Acquisition Division (CAD) Region 3 is conducting market research to determine the availability, interest and capability of potential sources qualified and able to compete for a contract to perform repairs to the M/V Spencer F. Baird (ABS A1, AMS, Survey/Fishing Vessel) home port of Cheboygan, Michigan. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities (FedBizOpps) homepage at www.fbo.gov and the FedConnect homepage https://www.fedconnect.net/Fedconnect. The Government shall not reimburse the costs of preparing responses to this request for information /sources sought notice. The United States Fish and Wildlife Service (USFWS), Construction and Acquisition Division (CAD) Region 3, intends to issue a formal Request for Proposal (RFP) for the acquisition of repairs to the M/V Spencer F. Baird (ABS A1, AMS, Survey/Fishing Vessel). The estimated contract period is June 15, 2013 through October 15, 2013. The successful contractor shall provide all labor, materials, fittings, equipment, tools, power, heat, water, supervision, other items and services necessary to (1) dry docking the vessel, (2) cleaning and painting the hull, (3) Installation of a new bow thruster, (4) HVAC cleaning/repair services, and (5) other miscellaneous inspection, repair, and routine maintenance services specified within the Performance Work Statement (PWS). All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, and commercial practices as set forth in the PWS for said services. Additionally, all Contract work shall be performed at a location no further than 500 statute miles by water from Cheboygan, Michigan. The NAICS code for this requirement is 336611, Ship Building and Repairing. For informational purposes the Small Business Size Standard is 1,000(Employees). The principal dimensions and physical data for the vessel are shown below: Length Overall..................................... 95'Beam, Molded..................................... 30'Draft fully loaded................................. 9'-6"Material............................................... All Welded SteelDisplacement, light.............................. 251.56 long tonsPropellers (2)....................................... 54" 4 bladeHull Form............................................. single chine raised forecastle V-hullABS I.D. No......................................... 158788 The Government requests interested parties submit a brief statement of current capability to perform these services and a letter of interest. Interested and qualified sources should provide the following information: (1) company name, point of contact, e-mail address, telephone and fax numbers, type of business and size [i.e.; Large, Small, SBA Section 8(a), Historically Underutilized Business Zones (HUBZone), Women Owned, and/or Service Disabled Veteran Owned (SDVO)]; (2) a list of your most recent and relevant Government and/or commercial contracts (not to exceed ten) to include a brief description, names, POCs, phone numbers, value & type of contract, and period of performance; and (3) information about your company and why you think you can perform this service. Please limit your submissions to ten pages. Send responses to the US Fish and Wildlife Service, Construction and Acquisition Division, 5600 American Blvd. West, Suite 990, Bloomington, MN 55437-1458. Responses may also be submitted to John Stokes via e-mail to john_stokes@fws.gov. In order to be considered in this market survey, please reply by close of business Thursday May, 3, 2012.This is a Sources Sought announcement only; no solicitation exists or is available at this time. Requests for a solicitation shall not receive a response. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the FedBizOpps website at www.fbo.gov and the FedConnect homepage https://www.fedconnect.net/Fedconnect. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00316/listing.html)
- Record
- SN02719902-W 20120413/120411235822-2479cd9f4ce580d2e5075bd1f733d871 (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 |